Loading...
98-225 Resolution No. 98-225 RESOLUTION AUTHORIZING EXECUTION OF AN AGR EMENT WITH WALKER PARKING CONSULTANTS/ENGI EERS, INC. FOR THE RIVERSIDE DECK BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5 . 02 . 0208(6 ) the City Council hereby findsithat an exception to the requirements of the procurement ordinance is necessary and in the best interests of the city; and BE IT FURTHER RESOLVED that Joyce A. barker, City Manager, and Dolonna Mecum, City Clerk, be and are Iiereby authorized and directed to execute an agreement on behalf of the City of Elgin with Walker Parking Consultants/Engineers, Inc. for repairs to the Riverside Deck, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: September 9, 1998 Adopted: Sepetember 9 , 1998 Omnibus Vote: Yeas 6 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk • AGREEMENT THIS GREEMENT, made and entered into this /yru day of -..Q-�, , 1998, by and between the CITY OF ELGIN, an Illin is municipal corporation (hereina%fter referred to as "CITY" ) and Walker Parking Consultants/Engineers, Inc . ( hereinafter referred to as "ENGINEER" . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connectipn with the inspection and preparation of plans and specifications for the emergency Repairs of the Riverside Deck (hereinafter referred to as the "PROJECT" ) . AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms ant conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to-wit : I . SCOPE OF SERVICES A. All work hereunder shall be p rformed under the direction of the Director o Public Works of the CITY, herein after referred t as the "DIRECTOR" . B. In general the ENGINEER' S wort shall include, but may not be limited, to , the following major categories of engineering ser�,vices . 1 . Visual Inspection Survey, with recommendations for immediate, intermediate and longer term repair requirements . 2 . Bid Documents, for the temporary shoring of the precast plank deck, with estimate of probable costs . 3 . Bid Services, including a ire-bid conference and assistance in bid evaluations . 4 . Construction Services, with shop drawing reviews and periodic site inspections . • -2- C. A detailed Scope of Services, are attached hereto dated June 19 , and July 16 , 1998 as Attachment A. In the event of any conflict bet,een the terms provided in this Agreement and Attachment A, the terms of this Agreement shall control . II . PROGRESS REPORTS The ENGINEER will submit brief bieekly progress reports to the Director. III . WORK PRODUCTS All work products prepared by the , ENGINEER pursuant hereto including, but not limited to, reports , designs, calculations, work drawings, ',studies, photographs, models and recommendations shallibe the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the ENGINEER may retain copies of such work products for its records . Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. IV. PAYMENTS TO THE ENGINEER A. For services provided ENGINEER shall be reimbursed at the rate hourly rates ofpersonnel employed on this PROJECT, with the total fee not to exceed Nine Thousand Five Hundred ( $9 ,500, Dollars . B. For outside services provided by other firms or Subconsultants, the CITY sha.]l pay the ENGINEER the invoiced fee to the ENGINEER. C. An amount of Eight Hundred ' ( $800 . 00) Dollars has been included in this Agreement for miscellaneous reimbursable items as identified in Attachment A. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER hall not exceed Ten Thousand Three Hundred ( $10, 300 . 00) Dollars . V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. -3- B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these , records available at reasonable times during the Agreement period, and for a year after termination Of this Agreement. VI . TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement atiany time upon fifteen ( 15 ) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VII . TERM This Agreement shall become effec.ive as of the date the ENGINEER is given a written ,Notice to Proceed and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR determines that all of the ENGINEER' s work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any breach hereof by the ENGINEER. VIII . NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrenc0 of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER' s fee shall be valid only to the extent that su h changes are included in writing signed by the CI Y and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; -4- and, in addition, if either party, by reason of any default, fails within fifteen ( 15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement . X. INDEMNIFICATION The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including Workmen' s Compensation claims , in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligent actions or omissions of employees or agents of the ENGINEER arising ou of the performance of professional services . XI . NO PERSONAL LIABILITY No official, director, officer, agent or employee of the City shall be charged personally', or held contractually liable under any term or provisidn of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII . INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a pplicy of comprehensive general liability insurance with limits of at least $1, 000, 000 aggregate for bodily injury and $1, 000, 000 aggregate for property damage. The ENGINEER shall deliver tol the DIRECTOR a Certificate of Insurance (naming the CITY as additional insured. The (policy shall not be modified or terminated without thirty ( 30 ) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article IX entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500, 000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements -5- for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1 , 000, 000 per occurrence subject to a $1, 000, 000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer' s Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $ 1 , 000, 000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty ( 30 ) days prior written notice to the DIRECTOR. XIII . CONSTRUCTION MEANS, METHODS, TECHIIIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services . XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant, for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limiter to, the following: employment advertising, layoff of termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by pr resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every, portion thereof -6- shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XVI . DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. XVII . NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co- partners between the CITY and the ENGINEER, or as constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever. XVIII . SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or ether provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect . XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the term$ and provisions hereof or the interpretation or construction thereof . XX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties . Each party agrees that no representations or warranties shall be binding ! upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. -7- XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois . XXII . NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII . COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY' s employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXV. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harafisment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor' s internal complaint process including penalties; E . the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act (copy attached) . -8- A copy of the policies must be provided to the Department of Human Rights upon request . P .A. 87-1257 . XXVI . WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVII . NOTICES All notices , reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail , postage prepaid, addressed as follows : A. As to CITY: DAVID L. LAWRY, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: THOMAS L. HANNULA, P.E. Vice President Walker Parking Consultants/Engineers, Inc . 505 Davis Road Elgin, IL 60123 -9- IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN BY6;a..@-1A-./..0 Zl. .-- BY _—.41mJ i //26,-- Dolonna Mecum ' Joy.e A. Parker City Clerk City Manager (SEAL) For the ENGINEER: Dated this /4tA day of AvriS-J- , A.D. , 1998 . ATTEST: By BY Iti fu., • . Secretary Thomas L. Hannula Vice President (SEAL) ATTACHMENT A WALKER PARKING CONSULTANTS SCOPE OF SERVICES . INSPECTION: dated June 19, 1998 2. ENGINEERING/CONSTRUCTION: dated July 14, 1998 wa cer Parking Consultants/ Engineers, Inc. June 19, 1998 ESV-EIYEp JUN 2 2 1998 Mr. Dennis Valentine Engineering Department CITY OF ELGIN City of Elgin ENGINEERING DEPT City Hall 150 Dexter Court Elgin, IL. 60120-5555 Re: Riverside Deck Parking Area Elgin, Illinois Dear Dennis: • At your reque:ir, w& are pleased to submit this proposal for professional servirfts rEtiatiw.: to the field observation c.-f the underside of the slab for the Riverside Deck parking area and the bridge from Chicago Str-zet to the pariiing deck arzta. Our initial visual survey of the underside of the structure was performed in May of 1992,. and it was used to quantify the extent of repairs necessary to keep the parking areas operational through 1995. Major reconstruction on the most seriously deteriorated ponions of the deck area occurred in 1996. We understand that our site observation would again be conducted using a boat, furnished and operated by Elgin Fire Department personnel. The specific services to be provided by Walker Parking Consultants/Engineers, Inc. are as follows: 1. Perform a visual observation of the underside of the slab for the Riverside Deck parking area and the bridge from Chicago Street. 2. Make recommendations for any repairs or corrective measures that appear necessary for the continuing safety of the facility users. 3. Prepare a written report containing our findings and recommendations for any required corrective measures. 505 Davis Road, Elgin, Illinois 60123 Tel: (847) 697-2640 Fax: (847) 697-7439 Mr. Dennis Valentine June 19, 1998 Page Two - . The proposed scope of work does not include performing detailed analysis/review required to prepare contract documents to implement any immediate repairs identified, if necessary. We would be pleased to assist in preparation of these documents after completing the condition review. We propose to provide the scope of services noted above on an hourly rate basis in accordance with the attached rate schedule to a maximum fee of One Thousand Five Hundred Dollars ($1,500.00) for each inspection, plus customary reimbursable expenses. The terms and conditions shall be in accordance with the attached Walker Document A97.2. Reimbursable expenses shall mean the actual cost of the following: toil telephone calls and facsimiles; postage and courier fees; reproduction of reports, drawings and specifications, and similar Project-related items. Expenses are over and above the stated fees. Trusting the above meets your request, please sign and return one of the enclosed letters as your acceptance of the proposal and authorization to proceed. We look forward to working with you on this project. Sincerely, 11-Jacrtryt-c,..ees_. / Thomas L. Hannula, P.E. 'urence C. Susmarski Vice President Project Manager TLH:LCS:jz cc: Sam Bhuyan, Walker Rich Lansu, Walker Attachments: Rate Schedule Walker Document A97.2 . • STANDARD BILLING RA I.ES • Project Management Senior Project Manager 135.00 Project Manager 120.00 Principals Senior Principal 185.00 Principal 150.00 Parking Specialists Senior Parking Specialist 130.00 Parking Specialist 105.00 Design Senior Engineer I Senior Architect 110.00 Engineer/_A rcl,itF:c.t /Designer 95.00 Designer 85.00 •• Technical Senior Technician/ Senior Analyst 75.00 Technician/Analyst 60.00 Support • Senior Secretary/Business Manager 50.00 Secretary/Clerical 35.00 Rates Subject to Increase January 1999 X01-98 • Wa cer • wa ter Purk(��y C n,iullants/ Engineers. Inc. July 16, 1998 Mr. Dennis Valentine Engineering Depar twent City of Elgiu City Hall 150 Dexter Court Elgin, Illinois 60120-5555 Re: Riverside Deck Elgin, Illinois Dear Dennis: At your request, we are pleased to submit this proposal ror plc srrionai servic:es relative to restoration repairs at the above location. The scop:: of rc airs will be based on the recent field obs7.rvation of the deck and our summary letter, dated July 141 1998. The following is our Scope of Work services: SCOPE OF WORK Construction Repair Documents • Services provided will consist of preparation of construction repair documents and the following tasks will be performed during this phase: 1. Prepare repair documents and specifications for removing and replacing sclei;led precast planks. The total arca of deteriorated plank, as identified in our report, is JO locations and a total of approximately 1,750 square feet. Note that repair documents may include associated electrir- 1, railing details, and curb details. 2. Provide repair details for waterproofing the new plank area, expansion joint replacement and repair and sealing the asphalt areas. 3. Provide repair details for patching of 3 spalled areas on the entrance ramp from Chicago Avenue. 4. Provide an estimate of probable cost, based on the completed repair documents. 505 Davis Road. Elgin, Illinois 60123 • 71_f. /D h-r1 cn7 nex/1 r.'__ Dov-r1 Con.r 'r x On lZl-d 90/ZU'd 150-1 6971269178+ 11 N1513 83N1YM IVOad SS:ll 85-91-10 Mr. Dennis valentine July 16, 1998 Page Two 5. Provide ten (10) sets of plans and specifications for bidding purposes. 6. Conduct a pre-bid conference for bidding contractors to answer questions and review the limitations and extent of work required by the repair documents. 7. Assist in the evaluation of bids and negotiatiuns with contractors bidding on thc rcpair work. Construction Administration The following professional engineering services are normally provided by Walker during construction to implement the repairs: 1. Cr.;rictu. z a preconstruction conference at the r-onstuction sitcn. to review the work. quality control procedures and scheduling of the repair work to be done. 2. - Revinv and approve pay requests, change otar5 and liop drawings submitted y thc contractor. 3. Perform periodic on-site observation of repair work and furnish reports to the City. PROFESSIONAL FEES Construction Repair Documents — We propose to prepare repeir documents on an hourly rate basis based on the attached rate schedule, plus reimbursable expenses as follows: Estimated Professional Engineering Fees $4,500.00 Estimated Expenses $600.00 We are prepared to start immediately on the project and we estimate it will take three (3) weeks to complete the drawings and pccirications for the projc,et_ anis-trucilon Administration — We propose to perform construction administration on an hourly ratc basis based on the attached rate schedule, plus reimbursable expenses, as follows: *Estimated Professional Engineering Fees S3,500.G0 Estimated Expenses 5200.00 *This is based on a total of six (6) site visits planned. If additional site visits are requested, the service will be provided on an hourly rate basis. waer ZZ ,90/E0 d 250-1. 6E /169.M+ 11 N1D13 t13N1Y/6-31M 11 88-91-10 . • Mr. Dennis Valentine July 16, 1998 Page Three Reimbursable expenses shall mean the actual cost of the following: transportation of principals and employees when traveling in connection with the work; toll telephone calls and facsimiles; postage and courier fees; and reproduction of reports, drawings, specifications, and similar project-related items. Trusting the above meets with your request, please sign acyl return one of the letters as your acceptance and authorization to pi kxzed. Wc lock forward to working with the City of Elgin on this project. Respectfully submitted, .44-rnilt444, Thomas L. Hant.ula. Vice President u • Richard T. Lansu, P.E., S.E. Chief Structural Engineer TLH:RTL:vs Attachment: Rate Schedule • K OPOSA L Yrsi den crxra,doc CITY OF ELGIN Accepted by: Title; Date: wacer l-d 9WO'd /90-1 802189B1+ 11 H1513 BilYM-ilM 95:11 86-91-10 STANDARD BILLING RATES Project Management Senior Project Manager 135.00 Project Manager • 120.00 Principals Senior Principal 185.00 Principal 150.00 Parking Saecialists Senior Parking Specialist 130.00 Parking Specialist 105.00 Design • Senior Engineer /"Senior Architect 110.00 • Engineer / ArcilLect/ Designer 95.00 Designer 85 00 Technical Senior Technician / Senior Analyst 75.00 Technician / Analyst 60.00 Support Senior Secretary / Business Manager 50.00 Secretary / Clerical 35.00 Rates Subject to Increase fancily 1999 • X01-98 wa cer NH 90/SO'd 250-1 E02169/P8+ 1 f NI713 TAlYM-ViOH SS:11 86-91-1O ,(OF Et G` v ~� City of Elgin Agenda Item No. _fi H August 20, 1998 TO: Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Engineering Services Agreement With Walker Parking Consultants/Engineers, Inc. for the Riverside Deck Emergency Repairs (1998) PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an engineering services agreement with Walker Parking Consultants/Engineers, Inc. (Walker) of Elgin, IL to provide engineering services associated with emergency tempo- rary repairs to the Riverside Deck. BACKGROUND rft. Since the removal of the upper level of the Riverside Deck, the history of the lower deck has been one of quick deteriora- tion. In 1992 the City employed Walker Parking Consultants to prepare plans and implement the demolition of the upper level of the deck. The agreement with Walker included providing inspection of the remaining portion (the ,lower level) of the deck. The 1992 report predicted that the lower deck would deteriorate at a rate such that the deck would have to be closed by 1997 . Upon the receipt of the 1992 inspection report, staff and Walker prepared cost estimates and decision packages to replace the remaining lower portion of the deck. Due to the enormous costs, approximately $3 million in 1993 , the City chose to delay replacement and in the meantime provide period- ic inspections to ensure the deck stay open as long as possi- ble . The next inspection was conducted in December 1993 . This inspection revealed continued deterioration but no immediate failures . In December of 1994, another inspection revealed a substantial increase in the rate of deterioration and predict- ed isolated failures . Walker again inspected the deck in November 1995, with yet more deterioration noted. In June 1996, a failure occurred at the south end of the deck. The City employed Walker under the City' s emergency contract ordinance to prepare plans and specifications to repair the Riverside Deck Emergency Repairs August 20, 1998 Page 2 collapsed portion of the deck as well as the most urgent repairs noted in the 1994 and 1995 inspections . These improvements, completed in late 1996 , made temporary repairs to approximately 9000 square feet, representing 18 percent, of the deck. The 1996 temporary repairs including joint sealing which has slowed the rate of deterioration. Permanent repairs would require the removal of the entire deck, including the slab end supporting beams . In June of this year the Public Works Department completed an inspection, noting settlement on one of the deck planks . Walker was immediately contacted to provide a structural inspection. Walker submitted a proposal for this inspection on June 19, 1998 . Considered to be an emergency, staff directed Walker to proceed with the inspection' and it has been completed. This inspection identified an additional 1700 square feet of the deck in need of immediate replacement . Staff requested an engineering services agreement from Walker for design services to prepare plans and specifications for this repair work. Both the emergency inspection and the design engineering have been included as attachments to the engineer- ing services agreement attached as Exhibit A. The inspection report is included as Exhibit B. The City can expect to make temporary repairs to the deck (on an annual or semiannual basis) unless the City proceeds with a program to remove the entire deck, repa4.r the substructure (piles and beams) and replace the deck. The anticipated cost of such a program is approximately $4 , 000, 000 . It is important to note that the substructure improvements cannot be made unless the entire deck is removed. The temporary repairs Walker is recommending this year are estimated at $100, 000 . The following is a summary of activity and costs since 1992 : 1992 Demolition & Inspection $ 600, 000 1993 Inspection 1, 500 1994 Inspection 1, 500 1995 Inspection 1, 500 1996 Inspection, Design & Construction 320, 000 1998 Inspection (to date) 1, 500 Total $ 924 , 500 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None . Riverside Deck Emergency Repairs August 20, 1998 Page 3 FINANCIAL IMPACT The costs for the deck inspection, repair engineering, bid and construction services are in the amount not to exceed $10, 300 . The cost breakdown is as follows : Emergency Inspection $ 1, 500 Construction Repair Documents 5, 100 Construction Administration 3 , 700 Total $ 10, 300 A funding source will need to be identified for the engineer- ing and the construction of these temporary repairs . The preliminary repair costs have been estimated at $100 , 000 . , W V/ LEGAL IMPACT Because no other proposals were solicited, approval of this contract is considered an exception to the Procurement Ordi- nance and will require a two-thirds majority vote for passage . ALTERNATIVES Cordon off areas of immediate concern and direct staff to seek proposals for repairs to the entire deck. A decision package will be submitted for consideration in the 1999 Budget Pro- cess . RECOMMENDATION It is recommended that the City Council approve the engineer- ing service agreement with Walker for the inspection and preparation of specifications for the repairs necessary to stabilize the Riverside Parking Deck, in the not-to-exceed amount of $10, 300, and authorize bids for the repairs of the deck to be taken. Respectfully submitted, 1.7._ 4. Pa4g Joyce A. Parker /�5 City Manager JE/do Attachments SPECIFICATIONS for PLANK REPLACEMENT FOR RIVERSIDE DECK PARKING AREA ELGIN, ILLINOIS July, 1996 wa cer ParkingConsultants/Engineers, Inc. T H E AMERICAN INSTITUTE O F A R C H { I r: t, 1 '131^'P 41 r AIA Document A101 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SU 1987 EDITION THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS,COMPLETION OR MODIFICATION. The 1987 Edition of AIA Document A20I, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general cond:ltions unless this document is modified. This document has been approved and endorsed by The Associated General Contractors of America. AGREEMENT • made as of the day of AUGUST in the year of Nineteen Hundred and NINETY-SIX BETWEEN the Owner: CITY OF ELGIN (Name and address) 150 DEXTER C URT ELGIN, ILLINOI 60120 and the Contractor: SEAGREN/SHALS, INC. (Name and address) 749 N. STATE S REET ELGIN, ILLINOIS 60120 The Project is: PLANK REPLACEMENT (Name and location) RIVERSIDE DECK PARKING AREA ELGIN, ILLINOIS The Architect is: WALKER PARKING/ENGINEERS, INC. (Name and address) 505 DAVIS RAD ELGIN, ILLINOI 60120 The Owner and Contractor agree as set forth below. Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, ©1987 by The American Institute of Archi- tects, 1735 New York Avenue, N.W., Washington, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT A101 • OWNER.CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N.W.,WASHINGTON,D.C.20006 A101-1987 1 WARNING:Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution. r ARTICLE 1 THE CONTRACT DOCUMENS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and ocher Conditions), Drawings, Specifications, addenda issued prior to execution of this Agreement, cher documents listed in this Agreement and r Modifications issued after execution of this Agreement;these form the Contract,an are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,either written or oral.An enumeration of the Contract Documents, ocher than Modifications, appears in Article 9. ARTICLE 2 t THE WORK OF THIS CONTRACT The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: r F Providing of all labor, materials, equipment, supervision and services required to remove existing rdeteriorated precast plank, installation of new precast prinks, waterproofing of the new planks, installation of a new asphalt wearing surface and installation of new concrete curbs and rsidewalks and other associated electrical work as contained in the Project Manual. r ARTICLE 3 FDATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement is the date from which the Contract Time of P ph 3.2 is measured, and shall be the date of this Agreement,as first written above,unless a different date is stated below or prov ion is made for the date co be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement, if it differs from the date of this.agreement or, if applicable.state that the(late Will he fixed in a notice to proceed.) AS CONTAINED ON PAGE 1 (Ah101-1987) Unless the date of commencement is established by a notice co proceed issued laiv the Owner, the Contractor shall notify the Owner in writing nor less than five days before commencing the Work to permit the timely tiling of mortgages, mechanic's liens and other security interests. r3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than (Insert the calendar date or nurnher of calendar days after the date of commencement.Also insert ally requirementsfor earlier Substantial Completion of cer- ( tarn portions of the Work, if not stated elsewhere in the Contract Documents.) 45 (FORTY-FIVE) DAYS [Substantial Completion] E55 (FIFTY-FIVE) DAYS [Full Completion] , subject to adjustments of this Contract Time as provided in the Contract Docurr'ents. r (Insert proristons, if any,far liquidated damages relating to failure to complete un tince) NO LIQUIDATED DAMAGES r r AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA' • ©1987 A101-1987 2 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,NW.,WASHINGTON,D.C.;0006 WARNING:Unlicensed photocopying violates U.S.copyright laws and Is sLibject to legal prosecution. i p ARTICLE 4 CONTRACT SUM 4,1 The Owner shall Dav the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of THREE HUNDRED TWO THOUSAND TWO HUNDRED THIRTY AND 00/100 Dollars ($302,234.00 ), subject to additions and deductions as provided in the Con- :. tract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates.If decisions on other alternates re to be made by the Owner subsequent to the execution of this Agreement,attach a schedule of such other alternates showing the amount for each and tbe�data until which that amount is valid.) ALTERNATE A: TO SEAL ALL THE CRACKS IN THE EXISTING ASPHALT SURFACE OVER THE ENTIRE SUPPORTED DECK AREA THAT IS NOT BEING REPLACED, EXCLUDING THE LANDSCAPED AREA ON THE SOUTH END OF THE DECK. ALTERNATE B: TO ACCELERATE THE PROJECT SCHEDULE IN ORDER TO SUBSTANTIALLY COMPLETE THE PROJECT WITH 45 CALENDAR DAYS AFTER COMMENCEMENT OF THE CONTRACT AND TO FULLY COMPLETE THE PROJECT WITHIN 55 CALENDAR DAYS AFTER COMMENCEMENT OF THE CONTRACT. 4.3 Unit prices, if any, are as follows: r SEE PROPOSAL DATED JULY 31, 1996 FOR UNIT COSTS. r r r r MA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • TWELFTH EDITION • A1A3' • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N.W.,WASHINGTON,ac.2$X)06 Al 01-1987 3 WARNING:Unlicensed photocopying violates U.S.copyright laws and Is subject to legal prosecution. L. • ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and ri 1 elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month,er-ss fe4449+9.)..- r r 5.3 Provided an Applicat. SECTION 5.3: PROGRESS PAYMENTS merit to the Contractor not later than the ation for Payment is received by the Architect after the applicat: SEE PAGE 4A • ter than days after 5.4 Each Application for Payment shall be based upon the schedule of values submitted by the Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accurac-y as the Architect may require.This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Ciontractor s Applications for Payment. 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each Progress payment shall be computed as follows: 5.6.1. Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of TENpercent 10% %).Pending final determination of cost to the Owner of changes in the Work,amounts not in the dispute may be included as provided in Subparagraph 7.3.7 of the General Conditions even though the Contract Sum has not yet been adjusted by Change Order; 5.6.2 Add that portion of the Contract,Sum nrnneri.V allocable to materials and rouinment delivered and suitably scored at the site for subsequent incorpor: :e by the Owner,suitably stored off the site at a location agreed upon DELETE SECTION 5:6'.2 IN ENTIREtY percent ( 5-,, 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 5.6.4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Para- graph 9.5 of the General Conditions. 5.7 The progress payment amount determined in accordance with Paragraph 5.S shall be further modified under the following circumstances: 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to NINETY 1percent( 90% %)of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work and unsettled claims; and 5.7.2 Add, if final completion of the Work is thereafter materially delayed thrcugh no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of the General Conditlions. 5.8 Reduction or limitation of retainage, if any, shall be as follows: (f/it is intended,prior to Substantial Completion of the entire Work, to reduce or limit the retal4age resulting from the percentages inserted in Subpara- graphs 5.(, /and 5.6.2 above, caul this is not explained elsewhere in the Contract Documents, inert here provIsions for such reduction or limitation.) NON . AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA • kDI987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N.W.,WASHINGTON,D 20006 A101-1987 4 WARNING:Unlicensed photocopying violates U.S.copyright laws and Is subject to legal prosecution. ACCOUNTS PAYABLE SCHEDULE - 1996 r. i rPAPERWORK TO PURCHASING BY PAYOUT DATE 7 January 5 January 19 January 19 February 2 February 2 February I6 r March 1 March 15 March 15 March 29 March 29 April 12 rApril 12 April 26 April 26 May 10 May 10 May 24 rMay 24 June 7 June 7 June 21 r June21 JulyS July 5 July 19 July 19 August 2 r August 2 August 16 August 16 August 30 August 30 September 13 r September 13 September 27 September 27 October I I October 1 I October 25 October 25 November 8 November 8 November 22 November 22 December 6 December 6 December 20 C C r. , PAYMENT REQUEST DUE AT ENGINEERING DIVISION 3 DAYS , r PRIOR TO SUBMITTAL TO PURCHASING DE 'ARTMENT. r r SHEET 4A r ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum,shall be made by the Owner to the Contractor when(1) the Contract has been fully performed by the Contractor except for the Contiractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment;and(2)a final Certificate for Payment has been issued by the Architect;such final payment shall be made by the Owner not more than 30 days after the issuance of the Architect's final Certificate for Payment, or as follows: r r J INTENTIONALLY BLANK r r ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the ref- erence refers to that provision as amended or supplemented by ocher provisions of the Contract Documents. 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the placed where the Project is located. (Insert rate of interest agreed upon, if any.) INTENTIONALLY BLANK • r (Usury laws and requirements under the Federal Truth in Lending Act,similar state and local consumer credit lams and other regulations at the Owner's and Contractor's principal places of busrness, the location of the Project and elsewhere may affect the validity of this provision Legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers.) 7.3 Ocher provisions: INTENTIONAL.Y BLANK ARTICLE 8 TERMINATION OR SUSPENSION 8.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of the General Conditions. 8.2 The Work may be suspended by the Owner as provided in Article 14 Of the General Conditions. AIA DOCUMENT A101 • OWNER•CONTRACTOR AGREEMENT • TWELFTH EDITION • ALA • ©I987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N.W.,WASHINGTONJD C.20006 A101-1987 5 WARNING:Unlicensed photocopying violates U.S.copyright laws anb is subject to legal prosecution. r. ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution ofl this Agreement, are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor,ALA Document A101, 1987 Edition. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction, MA Document A201, 1987 Edition. 9.1.3 The Supplementary and other Conditions of the Contract arc those contained in the Project Manual dated , and arc as follows: Document TitlePages • r 5297.00 PLANK REPLACEMENT FOR JULY 16, 1966 rRIVERSIDE DECK PARKING AREA (4 SHEETS) C r 9.1.4 The Specifications arc those contained in the Project Manual dated as in Subparagraph 9.1.3, and are as follows: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Tide Pages C C 5297.00 PLANK REPLACEMENT JULY 16, 1966 I. FOR RIVERSIDE DECK PARKING AREA (4 SHEETS) r C C C AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA' • QI987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N W.,WASHINGTON,D.C,20006 A101-1987 6 WARNING:Unlicensed photocopying violates U.S.copyright laws and is slubject to legal prosecution. 9.1.5 The Drawings are as follows, and are dated I unless a different date is shown below: (Either list the Drawings here or refer to an exhibit attached to this Axreentent) Number Title Date re 5297.00 PLANK REPLACEMENT JULY 16, 1966 1111 FOR RIVERSIDE DECK -- PARKING AREA (4 SHEETS) r • r r r r 9.1.6 The addenda, if any, are as follows: Number Date Pages r 1 JULY 24, 1996 r C r r Portions of addenda relating to bidding requirements arc not part of the Contractpocuments unless the bidding requirements are also enumerated in this Article 9. AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA" ©1987 THE ANIERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVENUE,NW, WASHINGTON,D1C.2000G A101-1987 7 WARNING:Unlicensed photocopying violates U.S.copyright laws and i subject to legal prosecution. 110 9.1.7 Other documents, if any, forming part of the Contract Documents are as follows: (List here any additional documents which are intended to form part of the Contract Documents The General Conditions provide that hidding requirements such as advertisement or invitation to hid, Instructions to Bidders,sample forms and the Contractor s h d are not part of the Contract Documents unless enumerated in this Agreement They should he listed here only if intended to he part of the Contract Documents) ispsis.\\. r r r NON -RissN This Agreement is entered into as of the day and year first written above and is executed in at least three original copies of which one is to be delivered to the Contractor,one to the Architect for use in the administration of the Contract,and the remainder to the Owner. r OWNER CITY OF ELGIN CONTR.ACT•R 'SEAGREN/ HALES, INC. (Signature) 1 (Signa RICHARD B. HELWIG JOHN S. SHALES CITY MANAGER AUTHORIZED SIGNATURE (Printed name and title) (Printed name cunt title) A CAUTION: You should sign an original AIA document which has this caution printed in red. ri An original assures that changes will not be obscured as m4y occur when documents are reproduced. MA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • TWELFTH EDITION • AI.{'I • 01987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N.W.,WASHINGTON.D.c.20006 A101-1987 8 WARNING:Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution. F ADDENDUM NO. 1 to the Pt : II • 111.S. F for Plank Replacement for Riverside Deck Parking Area Elgin, Illinois F Prepared by: F WALKER Parking Consultants/Engineers, Inc. 505 Davis Road Elgin, Illinois 60123 (847)697-2640 Fax (847)697-7439 Project No. 31-5297.00 July 24, 1996 r Al-i r • • ADDENDUM NO. 1 PLANK REPLACEMENT FOR RIVERSIDE DECK PARKING AREA Project Number 31-5297.00 Addendum No. 1 - To the Contract Drawings and Specificat ons. Scope: The contract documents are amended in certain particulars a stated herein which add to and/or supersede conflicting information in the Project Manual or Drawings. INDEX F TITLE SECTION PAGE Al- Cover Scope and Index to Addendum No. 1 1 SPECIFICATIONS Supplements to Bid Forms 40 2 F F r F F A 1-1 re r ADDENDUM NO. 1 PLANK REPLACEMENT FOR RIVERSIDE DECK PARKING AREA Project Number 31-5297.00 SECTION 41 - LIST OF ALTERNATES A. State the added cost to the project to seal all tie cracks in the existing asphalt surface over the entire supported deck area that is not being replaced. This does not include the landscape area on the south erid of the deck. Contractor shall use W.R. Meadows "SEALTIGHT HI-SPEC' hot applied sealant for sealing the cracks. Also include the cost of restriping the entire deck area after the crack sealing is completed. If alternate is accepted, WI 23.1-Paint Traffic Markings, will be deleted from the base contract. Ddllars ($ ) (in words) (in figures) B. State the added cost to the project to accelerate the project schedule in order to substantially complete the project within 45 calendar days after when the Contract time commences to run and be fully completed within 55 calendar days after when the Contract time commences to rim. Contractor may work on the project 7 days a week, 24 hours per day. If wner does not have full use of the parking and drive areas on the deck within t e 55 day period, this alternate becomes null and void, if the alternate is acc pted by the owner. Dpllars ($ ) (in words) (in figures) r r r r r A1-2 r Any correspondence in relation to this bond should be directed to: BOND DEPT =WAUSAU r WAUSAAU INSURANCE COMPANIESPO BO - 17 WAUSAU WI 54402-8017 r NATIONWIDE'INSURANCE GROUP 1-800-435-4401 Wausau Insurance Companies Bond No. 0251-23-064659 Performance Bond KNOW ALL MEN BY THESE PRESENTS: That we, SEAGREN/SHALEi , INC. F Fas Principal, and EMPLOYERS INSURANCE OF WAUSAU A Mutual Compaay, a corporation organized under the laws of the State of Wisconsin, and duly authorized under the laws of the State of ILLINOIS Fto become sole surety on bonds and undertaking, as Surety, are held and firmly bound unto CITY OF ELGIN as Obligee Fin the full and just sum of THREE HUNDRED AND TWO THOUSAND, TWO tlUNDRED THIRTY AND NO/100 Dollars ($ 302,230.00 ), lawful money of the United States of Amerrca, to be paid to the said Obligee, successors or assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, successors, administrators and E assigns,jointly and severally, firmly by these presents. The Condition of the above Obligation is such that whereas the said Principal has entered into a contract of even date herewith with the said Obligee to do and perform the following work, to-wit: PLANK REPLACEMENT—RIVERSIDE DECK PARKING AREA F as is more specifically set forth in said contract, to which contract reference is hereby made; NOW, THEREFORE, if the said Principal shall well and truly do the said work, and fulfill each and every of the covenants, r conditions and requirements of the said contract in accordance with the plans and specifications, then the above obligation to be void, otherwise to remain in full force and virtue. rNo right of action shall accrue under this bond to or for the use of any person gther than the Obligee named herein. Sealed with our seals and dated this 15TH day of Ai GUST 19 96 . 1: SEAGRN/SHALES, INC. A Princip (Seal) By \,1\K1' / 1 EMPLO ERS INSURANCE OF WAUSAU A Mutual Company Surety (Seal) 1 1' By e I • •�� Attorney-in-Fact SC0021 11-93 1 Any correspondence in relation to this bond should be directed to: = BOND DEPT I WAUSAU INSURANCE COMPANIES _— " wAusAu PO BOX 8017 WAUSAU WI 54402-8017 1-800-435-4401 rWausau Insurance Comianies rBond No. 0251-23-064659 rLabor & Material Payment Bond KNOW ALL MEN BY THESE PRESENTS: r That SEAGREN/SHALES, INC. (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF ELGIN (Here insert full name and address or legal title of C'wner) ras Obli ee, hereinafter called Owner, for the use and benefit of claimants as her inbelow defined in the amount of THREE HUNDRED AND TWO THOUSAND, TWO HUNDRED THIRTY AND 0/100--- Dollars ( $ 302,230.00 ), (Hero insert a sum equal to at least one-half of the contract price) for the payment whereof Principal and Surety bind themselves, their heirs, execUtors, administrators, successors and assigns, jointly and severally, firmly by these presents. 1 WHEREAS, Principal has by written agreement dated I , 19 , entered into a contract with Owner for PLANK REPLACEMENT–RIVERSIDE DECK PARKING AREA 1 r (Here insert full name,address and description of Project) in accordance with Drawings and Specifications prepared by E (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full fore and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or ith a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to r include that part of water, gas, power, light, heat, oil, gasoline, telephone servlice or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree ith the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or ums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs)or expenses of any such suit. r SC0019 Page 1 r08-93 See next page m 3. No suit or action shall be commenced hereunder by any claimant: ra) Unless claimant, other than one having a direct contract with the Principal, sh .11 have given written notice to any two of the following: The Principal, the Owner, or the Surety above named, within ninety ( ) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said Claim is made, stating with substantial r accuracy the amount claimed and the name of the party to whom the materials wee furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project r is located, save that such service need not be made by a public officer. b) After the expiration of one(1)year following the date on which Principal c ed Work on said Contract or after the r expiration of one(1)year following the date of Substantial Completion of the Pr ject, whichever is later, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any rpart thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any paymen4or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of rec rd against said improvement, whether or not rclaim for the amount of such lien be presented under and against this bond. rSigned and sealed this 15TH day of AUGUST 19 96 r L vau.6_,_ 2-n „_ ____ SEAGREN�SHALES, INC. ' G Principe (Seal) --•r W itnwe By � Title _ EMPLOYERS INSURANCE OF WAUSAU A Mutual Company r A ::9t7 a..4 9 Surety (Seal) it Q�Q� WI a By _ . C ie rJ. BRENNAN Attorney-in-Fact F F F F FSC0019 Page 2 08-93 I ast page r P. i r Notarial Acknowledgement - Attorney in Fact L. STATE OF ILLINOIS r County of DUPAGE } S.S. F F F F On this 15TH day of AUGUST , 1996 , before me, KELLY A. BORZELLO a Notary Public in and for said County, State aforesaid, residing therein, duly Fcommissioned and sworn, personally appeared J.C. BRENNAN Eknown to me to be the person whose name is subscribed to the within instrument ils the attorney in fact of EMPLOYERS INSURANCE OF WAUSAU A M tual Company rand acknowledged to me that he subscribed the name of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company thereto as surety, and his own as attorney in fact. rIN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the said county of DUPAGE the da and year in this certificate first above written. F ,cait A- 4. .0 .. rNotary Public in and fo the county of COOK State of ILLINOIS My commission expires SEPTEMBER 12, 1999 " OFFICf AL SEAL " KELLY A. BORZELLO NOTARY PUBLIC, STATE CF ILLINOIS MY COMMISSION EXPIRES 9/12/99 r F r F315-1716 192 r No. 202-057- 0 0 217 EMPIDYERS INSURANCE OF WAUSAU A Mutual Company . POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company,a ccrporation duly organized and existing under the laws of the State of Wisconsin, and having its principal office in the City of Wausau, County of Marathon, State of r Wisconsin. has made,constituted and appointed,and does by these presents Make,constitute and appoint J.C. BRENNAN r its true and lawful attorney-in-fact, with full power and authority hereby cont rred in its name, place and stead, to execute, seal, acknowledge and deliver ANY OR ALL BONDS. UNDERTAKINGS, ECOGNIZANCES OR OTHER WRITTEN z• OHI.IGATIONS IN THE NATURE THEREOF INCLUDING CONSENTSI OF SURETY AND WAIVERS TO rill. CONDITIONS OF CONTRACTS. • w ii and to hind the corporation there y as fully and to the same extent as if such b nds were signed by the President,sealed with z the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said — attorney-in-fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a w meeting duly called and held on the 18th day of May. 1973,which resolution i still in effect: a_ "RESOLVED,that the President and any Vice President—elective or app intive—of EMPLOYERS INSURANCE OF n" WAUSAU A Mutual Company be,and that each of them herebyis.autho ized to executepowers of attorney Q P 9ualifying EH the attorney named in the given power of attorney to execute on behalf of MPLOYERS INSURANCE OF WAUSAU A p Mutual Company bonds,undertakings and all contracts of suretyship:an that any secretary or assistant secretary be, Z and that each or any of them hereby is, authorized to attest the execution,of any such power of attorney,and to attach w thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company." "FURTHER RESOLVED,),that the signatures of such officers and the seal of EMPLOYERS INSURANCE OF WAUSAU rp A Mutual Company may he affixed to any such power of attorney or to an 'certificate relating thereto by facsimile,and F- any such power of attorney or certificate hearing such facsimile signature and facsimile seal shall be valid and binding Z upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company,when so affixed and in the future with respect w to any bond, undertaking or contract of suretyship to which it is attached." row IN WITNESS WHEREOF.EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be Qsigned by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST day of � ZMAY , 1996 . o_ EMPLOYERS INSURANCE OF WAUSAU A Mutual Company `—` °'. ^` ? By /..2g:‘' i` QJ.Stephen Ryan f Vice President I> Z Attest: O ' ' ..4. . rR.J. B steman Assistant Secretary Q STATE OF WISCONSIN ) o )ss. COUNTY OF MARATHON ) w On this 1ST day of MAY t , 19 96 ,before me personally came J.Stephen Ryan tome known,who being by me duly sworn,did depose and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A M'atualCompany,the corporation described in and which O executed the above instrument;that he knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal and that it was so J affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. � I\ WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year herein first above written. H O C ,o);,,,,,_,-_,-,_ a , 1,,,,,,,- U) Pam 'a A. Kiernan Notary Public = NOT Y PUBLIC F. , STATE F WISCONSIN ; ..,._, STATE:OF WISCONSIN I ! ' CITY OF WAUSAU )as MY COMMISSION EXPIRES MAY 24, 1998 COUNTY OF MARATHON ) CERTIFICATE. L ==�' I• the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin r corporation, do hereby certify that the foregoing and attached power of attorney, WHICH MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN THEREOF IN REI) INK,remains in full force and has not been revoked:and furthermore that the resolution of the Board of Directors pet forth in the power of attorney is still in force. Signed and sealed in the City of Wausau,Marathon County,State of Wiscoein, this 15TH day of AUGUST I .46 •SEAL�+ R. J. Besteman //1/4:21 . ',. Assistant Secretary r NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY.('AI.I.TOI.I-FREE(Mil)M2Fi-1661 (IN WISCONSIN.CAI.I,(MO))472.0041). frACOiI,. CERTIFICATE OF. INSURANCE: 1sus$ Q08{M15/ 6 ..•ODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE undstrom Insurance HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 700 Larkin Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. , )gin IL 60123 COMPANIES AFFORDING COVERAGE Carl Lundstrom, CPCU COMPANY 47-741-1000 A Cincinnati Insurance Co ISURED COMPANY B Casualty Insurance Company Seagren Shales Inc COMPANY 749 N State St C P 0 Box 823 COMPANY Elgin IL 60121-0823 D .;::; ::.. ..: _:>': ::`.;::::::: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DE CRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BN PAID CLAIMS. ';.O POLICY EFFECTIVE POLICY CY EXPIRATION -, TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MMIODlYYI UMITS GENERAL UABIUTY I GENERAL AGGREGATE $ N/A k X COMMERCIAL GENERAL LIABILITY CPP 5522331AWR 01/01/96 01/01/97 PRODUCTS-COMP/OPAGG $ 2,000,000 CLAIMS MADE X OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE(Any one fire) $ 100,000 MED EXP(Any one person) S 5,000 AUTOMOBILE UABIUTY • X ANY AUTO CPP5522331AWR 01/01/96 01/01/97 COMBINED SINGLE LIMIT $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY IPer accident) X NON-OWNED AUTOS PROPERTY DAMAGE S GARAGE UABIUTY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: �^ EACH ACCIDENT $ AGGREGATE $ EXCESS UABIUTY EACH OCCURRENCE S 13,000,000 X UMBRELLA FORM CCC4390383 01/01/96 01/01/97 AGGREGATE $ 13,000,000 OTHER THAN UMBRELLA FORM I S WORKERS COMPENSATION AND X STATUTORY LIMITS .. EMPLOYERS'LIABILITY EACH ACCIDENT $ 500,000 THEPROPRIETOR/ X INCL WC96037249 01/01/96 01/01/97 DISEASE-POLICY LIMIT S 500,000 PARTNERS/EXECUTIVE —^ OFFICERS ARE: EXCL DISEASE-EACH EMPLOYEE S 500,000 OTHER A Contractors Equip CCP5522331AWR 01/01/96 01/01/97 Scheduled Ded 250 CRIPTION OF OPERATIONS/LOCATIONSNE}ICLES/SPECIAL ITEMS CITY OF ELGIN IS ADDITIONAL INSURED PER FORM IA450A(11/87' 'ROJECT: PLANK REPLACEMENT, RIVERSIDE DECK PARKING AREA, LGIN, IL CERTIFICATE HOLDER CANCELLATIOII CITYELG SHOULD ANY CIF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL V CITY OF ELGIN 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, c/o WALKER PARKING CONSULTANTS BUT FAILURE Tp MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABIUTY ENGINEERS INC 505 DAVIS RD OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. ELGIN IL 60123 AUTHOwzED ENTA kCCJRD 25S (3)93) : , , ACORD CORPORATION 1993 • THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the foll.wing: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1: AUTOMATIC ADDITIONAL INSURED CONTRACTOR 1: 1. SECTION II - WHO IS AN INSURED IS AMENDED T1 INCLUDE: 2.E. THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT 0 YOUR ONGOING 1: OPERATIONS PERFORMED FOR THAT INSURED, EREINAFTER REFERRED TO AS ADDITIONAL INSURED. SCHED LE 1: ANY PERSON OR ORGANIZATION FOR WHOM YO ARE REQUIRED IN A WRITTEN CONTRACT, ORAL AGREEMENT OR 0-AL CONTRACT WHERE THERE IS A CERTIFICATE OF INSURANCE SHO ING THAT PERSON 1: OR ORGANIZATION AS AN ADDITIONAL INSURER UNDER THIS POLICY. 1: 2. SECTION IV - COMMERCIAL GENERAL LIABILITY C'NDITIONS IS AMENDED TO INCLUDE: 11. AUTOMATIC ADDITIONAL INSURED - CONTRAC OR PROVISION 1: THE WRITTEN CONTRACT, ORAL AGREEMENT OR ORA CONTRACT MUST BE CURRENTLY IN EFFECT OR BECOME EFFECTIVE DURING THE TERM OF THIS POLICY. IT ALSO MUST BE EXECUTED PRIG• TO THE "OCCURRENCE" 1: OR OFFENSE OF "BODILY INJURY", "PROPERTY DA AGE", "PERSONAL INJURY", OR "ADVERTISING INJURY". 3. SECTION III - LIMITS OF INSURANCE IS AMENDER TO 'INCLUDE: 1: 7. THE LIMITS APPLICABLE TO THE ADDITIONA INSURED ARE THOSE SPECIFIED IN THE WRITTEN CONTRACT, ORA AGREEMENT, ORAL CONTRACT OR IN T:1E DECLARATIONS OF THIS POLICY, WHICHEVER ARE LESS. 1: 1: 1: F F 1A 450 11 87 A frAcolD. ' JNSU■ ANCE BINDER CSRMF08/15/96 .HIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS -HOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER PHONE COMPANY BINDER Y lA/c,No.Exc): 847-741-1000 2609 undstrom Insurance Cincinnati Insurance Co .- ECTIVE EXPIRATION 700 Larkin Avenue DATE TIME DATE TIME Elgin IL 60123 X AM $ 12:01 AM 08/15/9. 12:01 PM 10/01/96 NOON Eonald Nish, CPCU THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: 12-141 SUB CODE: PER EXPIRIN. POLICY S: BINDER AGENCY DESCRIPTION OF 0'ERAT1ONSNEHICLES/PROPERTY(lncluding Location) TOMER ID: SEASH-1 rssuRED Riverside Deck, Riverside Dr. , Elgin, IL Seagren Shales Inc 749 N State St P 0 Box 823 Elgin IL 60121-0823 I TYPE OF INSURANCE COVERAGE/FORMS AMOUNT DEDUCTIBLE COINS% FPERrif CAUSES OF LOSS Installation Floater 303,000 1,000 BASIC BROAD X SPEC - ERAL UABIUTY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG S L CLAIMS MADE OCCUR PERSONAL&ADV INJURY $ ER'S&CONTRACTOR'S PROT EACH OCCURRENCE S FIRE DAMAGE(Any one fire) S RETRO DATE FOR CLAIMS MADE: MED EXP(Any one person) S EUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S r--ANY AUTO BODILY INJURY(Per person) S ALL OWNED AUTOS BODILY INJURY(Per accident) S E- SCHEDULED AUTOS PROPERTY DAMAGE S HIRED AUTOS MEDICAL PAYMENTS S NON-OWNED AUTOS PERSONAL INJURY PROT $ UNINSURED MOTORIST S $ UTO PHYSICAL DAMAGE DEDUCTIBLE _ ALL VEHICLES I. I SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT S rOTHER THAN COL: OTHER AOE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE $ EXCESS UABIUTY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION S STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT S AND EMPLOYER'S UABIUTY DISEASE-POLICY LIMIT S DISEASE-EACH EMPLOYEE S SPECIAL NOITIONS/ HER r VERAGES NAME&:ADDRESS eagren/Shales, Inc. I MORTGAGEE _ ADDITIONAL INSURED 0 Box 823 IF LOSS PAYEE , X Insured lgin IL 60121 LOAN S AUTHORIZED REPRESENTATIVE I 6t,clela .ft CORD 75-5(12/931 NOTE; IMPORTANT STATE INFORMATION ON ATTACHED PAGE ©ACORD CORPORATION 1993 - ,e/„ . W�/e INSURA ANCE BINDER. CSR MF DATE(MM/DD/YY) . :.. 08/15/96 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS S OWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER (AJCNNo.Ent): 847-741-1000 COMPANY BINDER r 2608 Cincinnati Insurance Co .undstrom Insurance r ECTIVE EXPIRATION ' 700 Larkin Avenue DATE TIME DATE TIME Elgin IL 60123 % AM X 12:01 AM 08/15/9: 12:01 PM 10/10/96 NOON )onald Nish, CPCU THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE 12-141 SUB CODE: PER EXPIRIN. POLICY#: BINDER AGENCMER ID: SEASH-1 CY DESCRIPTION OF O• •TIONSNEHICLES/PROPERTY(IncIud(ng Location) =,51Rm Plank Replacement by Seagren/Shales, Inc. City of Elgin and Walker Riverside Deck Parking Area, Elgin, IL Parking Consultants/Engineers 150 Dexter Ct Elgin IL 60123 I • . • • • • • COVERAGES:::: ' • • • • • • •• • • • • LIMITS TYPE OF INSURANCE COVERAGE/FORMS AMOUNT DEDUCTIBLE COINS% 'ROPERTY CAUSES OF LOSS BASIC BROAD SPEC ';ENERAL UABIUTY GENERAL AGGREGATE $ 2,000,000 COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ CLAIMS MADE $ OCCUR PERSONAL&ADV INJURY $ 2,000,000 $ OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE S FIRE DAMAGE(Any one fire) S RETRO DATE FOR CLAIMS MADE: MED EXP(Any one person) S . \UTOMOBILE UABIUTY COMBINED SINGLE LIMIT S ANY AUTO BODILY INJURY(Per person) S IIIALL OWNED AUTOS BODILY INJURY(Per accident) S ISCHEDULED AUTOS PROPERTY DAMAGE S HIRED AUTOS MEDICAL PAYMENTS S . NON-OWNED AUTOS PERSONAL INJURY PROT S UNINSURED MOTORIST S • $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT $ OTHER THAN COL: OTHER ARAGE UABIUTY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: .: : EACH ACCIDENT S AGGREGATE $ EXCESS UABIUTY EACH OCCURRENCE , S UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION S 'STATUTORY LIMITS - WORKER'S COMPENSATION EACH ACCIDENT S AND EMPLOYER'S UABIUTY DISEASE-POLICY LIMIT S DISEASE-EACH EMPLOYEE S SPECIAL ONDITIONS/ THER ":OVERAGES NAME.4,ADDRESS: ity of Elgin and Walker MORTGAGEE ADDITIONAL INSURED larking Consultants/Engineers LOSS PAYEE X Insured 50 Dexter Ct Elgin IL 60123 LOAN S AUTHORIZED REPRESENTATIVE ilACORD 75-S(12/931 NOTE; IMPORTANT STATE INFORMATION ON ATTACHED PAGE 0 ACORD CORPORATION 1993 r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 TABLE OF CONTENTS Section Section Title Number BIDDING REQUIREMENTS 10 Invitation to Bid and Instructions to Bidders 30 Bid Forms 40 Supplements to Bid Forms 50 Contractor's Qualification Statement for Structural Restoration Work CONTRACT FORMS 00500 Agreement Form 00600 Bonds and Certificates 00700 General Conditions 00800 Supplementary Conditions 00860 List of Drawings 00900 Addenda and Modifications PP DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01035 Modification Procedures 01040 Project Coordination 01095 Reference Standards and Definitions 01200 Project Meetings 01300 Submittals 01400 Quality Control OPP 01500 Temporary Facilities 01600 Materials and Equipment 01631 Product Substitutions 01700 Project Closeout DIVISION 2 - SITEWORK U 02000 Work Items 02070 Selective Demolition OPP 02511 Hot-Mixed Asphalt Paving ,�„ TABLE OF CONTENTS TOC - 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT ' RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 DIVISION 3- CONCRETE 03350 Concrete Toppings 03410 Structural Precast Concrete - Plant Cast DIVISION 7-THERMAL AND MOISTURE PROTECTION 07115 Waterproofing Membrane System DIVISION 9 -FINISHES 09912 Pavement Marking I END OF TABLE OF CONTENTS I I I I I 3 3 TABLE OF CONTENTS TOC - 2 3 1 4 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 10 -INVITATION TO BID AND INSTRUCTIONS T$ BIDDERS 10.1 PROJECT IDENTIFICATION AND DEFINITIONS A. Owner will receive sealed Bids for: City of Elgin Plank Replacement Riverside Deck Parking Area Elgin, Illinois B. Owner is: City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 C. Engineer is: WALKER Parking Consultants/Engineers, I c. Address: 505 Davis Road Elgin, Illinois, 60123 D. Project consists of: All labor, materials, equipment, supervision and services equired to remove existing deteriorated precast planks, installation of new precast pla , waterproofing of the new planks, new asphalt wearing surface and installation of new concr:te curbs and sidewalks and associated eleactrical work all in accordance with the plans and speci cations prepared by Walker Parking Consultants/Engineers, Inc. E. Bids will be received for single contract including: Removal and disposal of deteriorated precast concrete pla , installation of new precast planks, new protected waterproofing membrane, new asphalt wea ling surface, miscellaneous concrete removal and replacement and associated electrical work. F. Owner will receive Bids as follows: Mr. Michael A. Sarro, Agent, for the City of Elgin, Illinoi s until 11:00 a.m., local time, July 31, 1996 for plank replacement for the Riverside Parking • ea. Two copies of the bid proposal P shall be delivered in a sealed envelope to 150 Dexter Co , Elgin, Illinois 60120-5555. 10.2 DOCUMENTS out A. Contract between Owner and Contractor: Contract Doc ents listed in Agreement. Also see Section " Agreement Form." B. Contract Documents may be examined at following locati s ns: Walker Parking Consultants/Engineers, Inc. Nr 505 Davis Road Elgin, Illinois 60123 INVITATION &INSTRUCTIONS TO BIDDERS 10-1 iw I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Office of the Purchasing Agent City of Elgin, Illinois 150 Dexter Court Elgin, Illinois 60120-5555 C. Complete sets of Contract Documents may be obtained at Office of the Purchasing Agent, upon paying a sum of$25.00 for each set of Documents. Monies paid for contract documents will not be refunded. D. Complete sets of Bidding Documents shall be used in preparing Bids. Neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from use of incomplete sets of Bidding Documents. E. Owner and Engineer in making copies of Bidding Documents available on above terms do so only for purpose of obtaining Bids on Work and do not confer license or grant for any other use. 10.3 QUALIFICATIONS OF BIDDERS A. Owner may make such investigation as it deems necessary to determine ability of Bidder to perform Work, and Bidder shall furnish to Owner all such information and data for this purpose as Owner may request. Owner reserves right to reject any Bid if evidence submitted by, or investigation of, such Bidder fails to satisfy Owner that such Bidder is properly qualified to carry out obligations of Contract and to complete Work contemplated therein. Conditional Bids and voluntary alternates will not be accepted. B. Bidding firms will not be considered qualified if: 1. Firm, or principals thereof, have defaulted on any contract, bid or bond within preceding 36 months, or; 2. Firm has had no previous experience in performance of Work being bid, or; 3. Firm, as name entitled, has not been in operation in this type of Work for period of 24 months prior to this bid date, or; 4. Firm has not been awarded any prior contracts of similar amount and kind, or; 5. Firm, or principals thereof, have failed in faithful performance during warranty or guarantee period on previous Work. C. Each Bidder may be called upon to provide Owner with following information: 1. Comprehensive financial statement showing current balance of unencumbered net worth equal to at least 10 percent of value of anticipated bid price. 2. Comprehensive list of personnel and equipment available for performance of Work to be bid. 3. Complete list of all contract work performed, or under construction if contract(s) awarded within previous 5 year period prior to bidding. 4. See Qualification Statement attached following this Section for additional requested information and submittal forms. 1 10.4 EXAMINATION OF CONTRACT DOCUMENTS AND SITE A. Bidders shall carefully examine contract documents and site to obtain first-hand knowledge of existing conditions. No subsequent extras will be allowed due to any claim of lack of knowledge for conditions which can be determined by examining site and contract documents. 3 INVITATION &INSTRUCTIONS TO BIDDERS 10-2 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 B. Extent of repairs is approximately represented on Drawing.. Actual locations and extent of repair may deviate from that represented on Drawings ba :• on field conditions. C. Submission of Bid shall constitute warranty that: 1. Bidder and all Subcontractors it intends to use have •refully and thoroughly reviewed Contract Documents and have found them complete and free from ambiguities and sufficient for purposes intended; further that, 2. Bidder and all workers, employees and Subcontrac •rs it intends to use are skilled and experienced in type of construction represented by I ontract Documents bid upon; further that, 3. Neither Bidder nor any of its employees, agents, su.pliers or Subcontractors have relied on any verbal representations from Owner, Engin- - , or any of their employees, agents, or consultant, in assembling Bid figure; and further that, 4. Bid figure is based solely on Contract Documents, i cluding properly issued written addenda, and not upon any other written represents on. D. Bidder shall identify, prior to bid, all errors and/or discre•ancies in Contract Documents that would be apparent to reasonably diligent Bidder. In no ca.- shall Bidder, if selected as Contractor, be permitted any extra amount of time or mo ey to complete project, or expenses incurred as result of such errors or discrepancies. 10.5 RESOLUTION OF DISCREPANCIES AND AMBIG I TIES A. All questions about meaning or intent of Contract Docum:nts shall be submitted to Engineer in writing. Address written inquiries to: Walker Parking Co tants/Engineers, Inc., 505 Davis Road, Elgin, Illinois 60123. Replies will be issued by Ad len& mailed or delivered to all parties recorded by Engineer as having received Contract Doc -nts for Bidding. Questions received less than 5 days prior to date for opening of Bids will not •- answered. Only answers contained in formal written Addenda will be binding. Oral and othe interpretations or clarifications will be without legal effect. B. Any Addendum issued during prebid period shall be inclu•ed in Bid, shall become part of Contract Documents, and shall be acknowledged on Bid .rm. FP 10.6 SUBSTITUTED MATERIAL AND EQUIPMENT • Contract, if awarded, will be on basis of material and eq pment described in Drawings or specified in Specifications without consideration of possib e substitute or "or-equal" items. Whenever it is indicated in Drawings or specified in the S.-cifications that substitute or "or-equal" item of material or equipment may be furnish:• or used by Contractor if acceptable to Engineer, application for such acceptance will not be .nsidered by Engineer until after "effective date of Agreement." In advance of notice of Award, apparent successful Bidd• , and any other Bidder so requested, will within seven days after day of Bid Opening submit to Owner list of substitutions proposed PP for products or materials specified for Project. After Aw.rd of Contract, procedure for submittal of any such application by Contractor and consideration .i Engineer is set forth in Division 1 Sections, "Materials and Equipment" and "Product Subs•tutions." Fp INVITATION &INSTRUCTIONS TO BIDDERS 10-3 L PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 10.7 BASIS FOR BIDS A. Bids are based on lump sum contract at unit prices. Work Item quantities are based on Engineer's estimates. 10.8 PREPARATION OF BIDS Bid Form is bound herewith. Bid Forms must be completed in ink or by typewriter. A. Bids must be made in form given in this Project Manual. No oral, telephonic or telegraphic Bids will be considered. Bids shall be signed by Bidder giving full name and business address. State whether Bidder is individual, partnership or corporation. B. Each Bidder shall fill in all blanks on Bid Forms and quote on all alternates required. State all quotations in words and figures. In case of discrepancy between amount stated in words and amount stated in figures, amount stated in words shall govern. Entire Bid shall be without interlineation, alteration or erasure. C. Bids by corporations shall be executed in corporate name by president, vice-president or other corporate officer(accompanied by evidence of authority to sign) and corporate seal shall be affixed and attested by secretary or assistant secretary. Corporate address and state of incorporation shall be shown below signature. D. Bids by partnerships shall be executed in partnership name and signed by partner. Partner's title must appear under partner's signature and official address of partnership must be shown below signature. E. Bids not signed by individuals making them shall have attached thereto power of attorney evidencing authority to sign Bid in name of person for whom it is signed. F. All names must be typed or printed legibly below signature. 10.9 BID SECURITY A. Each Bid shall be accompanied by certified check or Bid Bond in amount of 5 percent of base Bid, made payable to Owner. Bid Bond must be issued by surety licensed to conduct business in state where Project is located. Bid Security shall insure execution of Agreement and furnishing of Performance and Payment Bonds by successful bidder. B. In event successful Bidder fails or refuses to execute Agreement and furnish required Bonds within 15 days after receiving Notice of Award, Bid Security of that Bidder may be retained by Owner as liquidated damages, but not as penalty. C. Bid Security will be returned to all Bidders except 3 lowest Bidders within 7 days after Bid 3 opening. Bid Security of 3 lowest Bidders will be returned within 7 days after Owner and accepted Bidder have executed Agreement and Performance and Payment Bonds have been approved by Owner. If required Agreement has not been executed within 60 days after Bid opening, Bid Security of any Bidder will be returned upon its request, provided it has not been notified of acceptance of its Bid prior to date of such request. D. Therefore, Owner reserves right to hold Bids of 3 lowest Bidders for period of 60 days, during which time above designated Bidders may not withdraw their Bids and Bid securities. INVITATION &INSTRUCTIONS TO BIDDERS 10-4 r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 10.10 PERFORMANCE BOND, LABOR AND MATERIAL 'AYMENT BOND AND INSURANCE A. Bidder to whom award is made will be required to furnish 'erformance and Labor and Material Payment Bonds in accordance with General Conditions. Bi•der shall deliver said Bonds to Owner within 15 days after Notice of Award. B. Bidder shall include premiums for Bonds in its Bid. Bons- shall be dated same date as Agreement. r C. Bidder to whom award is made shall be required to furnis Owner with insurance coverages as set forth in General and Supplementary Conditions. Bidde shall include all premiums for insurance in its Bid. 10.11 SUBCONTRACTOR LISTING A. If Supplementary Conditions require identity of certain Su•contractors and other persons and IA organizations to be submitted to Owner in advance of Noti e of Award, apparent successful Bidder, and any other Bidder so requested, shall within se en days after day of Bid opening submit to Owner list of all Subcontractors and other perso and organizations (including those who are to furnish principal items of material and equipm:nt)proposed for those portions of Work as to which such identification is so required. Such 1st shall be accompanied by experience statement with pertinent information as to similar projects :nd other evidence of qualification for each such Subcontractor, person and organization if reque.ted by Owner. B. If Owner or Engineer after due investigation has reasonab e objection to any proposed Subcontractor, other person or organization, either may r:quest apparent Successful Bidder to submit acceptable substitute before giving Notice of Awar . If apparent successful Bidder declines to make any such substitution, contract shall not • awarded to such Bidder, but Bidder's declining to make any such substitution will not •nstitute grounds for sacrificing its Bid Security. Any Subcontractor, other person or organizatio so listed and to whom Owner or Engineer does not make written objection prior to the give g of Notice of Award will be deemed acceptable to Owner and Engineer. C. In contracts where Contract Price is on basis of Cost-of- e-Work Plus a Fee, apparent Successful Bidder, prior to Notice of Award, shall identi in writing to Owner those portions of Work that such Bidder proposes to subcontract and after otice of Award may only subcontract other portions of Work with Owner's written consent. D. No Contractor shall be required to employ any Subcontra•tor, other person or organization against whom it has reasonable objection. 10.12 IDENTIFICATION AND SUBMISSION OF BIDS Bids shall be submitted in duplicate at time and place indi•.ted in Invitation to Bid and shall be placed in opaque sealed envelope, marked with Project ti e, and name and address of Bidder, and accompanied by Bid Security and other required docu encs. A* 10.13 MODIFICATION OR WITHDRAWAL OF BIDS INVITATION &INSTRUCTIONS TO BIDDERS 10-5 L I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Bids may be withdrawn by written or telegraphic request dispatched by Bidder in time for delivery, in normal course of business, prior to time fixed for opening of Bids, provided that written confirmation of any telegraphic withdrawal, over signature of Bidder, is placed in mail and postmarked prior to time set for opening Bids. 10.14 GOVERNING LAWS AND REGULATIONS I A. No Contractor shall discriminate against any employee or applicant for employment, to be employed in performance of contract, with respect to their hire, tenure, terms, conditions or privileges of employment, because of their race, color, religion, gender, national origin or age pursuant to requirements of all applicable federal and state statutes. B. Each Bidder shall make affidavit that its Bid is genuine and not sham or collusive or made in interests or on behalf of any person not therein named and that Bidder has not directly or indirectly induced or solicited any Bidder to put in sham Bid or any other person or corporation to refrain from Bidding, and that Bidder has not in any manner sought by collusion to secure itself an advantage over other Bidders. 10.15 CONTRACT TIME A. Time is of essence in performance of Work under this Contract. Available time for Work under this Contract is indicated in Bid Form and will be include in executed Agreement. If these time requirements cannot be met, Bidder is requested to stipulate in Bid schedule for performance of Work. Consideration will be given to time in evaluating Bids. 10.16 LIQUIDATED DAMAGES I Provisions for liquidated damages, if any, are set forth in section "Supplementary Conditions." 10.17 PRE-BID CONFERENCE I A pre-bid conference will be held as listed below. All General Contract Bidders shall be present. All other Bidders are required to attend. The conference will be held July 24th at 10:00 a.m. at the south end of the project site. 3 10.18 DISQUALIFICATION OF BIDDERS A. Prior to opening of Bids Owner reserves right to conduct investigations into qualifications and 3 experience of any or all persons or organizations wishing to submit Bid for Project. B. Based upon findings of such investigations, Owner reserves right to deny any or all persons or organizations opportunity to submit Bid for Project. C. In evaluating Bids after Bids are opened and prior to Award of Contract, Owner shall consider qualifications of Bidders, whether or not Bids comply with prescribed requirements, and alternates and unit prices if requested in Bid Forms. 3 D. Owner may consider qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish principal items of material or equipment) INVITATION &INSTRUCTIONS TO BIDDERS 10-6 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 proposed for those portions of Work as to which identity o Subcontractors and other persons and organizations must be submitted as provided in Section "S pplementary Conditions." Operating costs, and maintenance considerations, performance data . • guarantees of materials and equipment may also be considered by Owner. E. Owner may conduct such investigations as it deems ne - :ry to assist in evaluation of any Bid and to establish responsibility, qualifications and financial :bility of Bidders, proposed Subcontractors and other persons and organizations to do ' ork in accordance with Contract Documents to Owner's satisfaction within prescribed time F. Owner reserves right to reject Bid of any Bidder who doe- not pass any such evaluation to Owner's satisfaction. G. Owner reserves right to disqualify Bids before or after o•-zing, upon evidence of collusion with intent to defraud or other illegal practices upon part of Bi•der. 10.19 BIDS TO REMAIN OPEN All Bids shall remain open for 60 days after Bid opening, out Owner will release all except 3 lowest Bids within 7 days after Bid opening. 10.20 AWARD OF CONTRACT A. Owner reserves right to reject any and all Bids, to waive •ny and all informalities and to negotiate contract terms with Successful Bidder, and righ to disregard all nonconforming, nonresponsive or conditional Bids and to make award in a y manner deemed in best interest of Owner. Discrepancies between words and figures will be esolved in favor of words. Discrepancies between indicated sum of any column of fi:, es and correct sum thereof will be resolved in favor of correct sum. B. In evaluating Bids, Owner shall consider qualifications of Bidders, whether or not Bids comply with prescribed requirements, and alternates and unit pri -s if requested in Bid Forms. C. It is Owner's intent to accept alternates (if any are accep ;8) in order in which they are listed in Bid Form but Owner may accept them in any order or co bination. D. If contract is to be awarded it will be awarded to lowest :idder whose evaluation by Owner indicates to Owner that award will be in best interests of 'roject. E. If contract is to be awarded, Owner will give Successful :idder Notice of Award within 60 days II after day of Bid opening. 10.21 EXECUTION OF CONTRACT When Owner gives Notice of Award to Successful Bidde it will be accompanied by at least 3 unsigned counterparts of Agreement and all other Contra t Documents. Within 15 days thereafter Contractor shall sign and deliver at least 3 co ,terparts of Agreement to Owner with all other Contract Documents attached. Within 10 days -reafter Owner will deliver all fully signed counterparts to Contractor. Engineer will identify ose portions of Contract Documents not fully signed by Owner and Contractor and such identi cation shall be binding on all parties. 10.22 CONTRACT PRICE INVITATION &INSTRUCTIONS TO BIDDERS 10-7 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Proposals are solicited on basis of unit prices and/or lump sum prices which are to be clearly set forth in Bid Form. Final Contract price on accepted Proposal will be determined by multiplying number, or fraction thereof, units of Work actually performed, or labor, material or appliances actually supplied, by price designated for such item in Proposal. Total Bid figure on Proposal Form is merely for purposes of estimating and comparing costs and under no circumstances on unit price contracts does it constitute or imply total Contract price. Refer to Section "Supplementary Conditions" for adjustments due to increases or decreases in actual quantities constructed. 10.23 PREVAILING WAGE RATE All work under this contract shall comply with the prevailing Wage Rate Act of the State of Illinois, Illinois Revised Statutes, 1983, Chapter 48, Section 39s-1, et. Seq. A copy of the Prevailing Wage Rate is posted in the City of Elgin Purchasing Office. END OF SECTION 10 I I I I I I I I INVITATION &INSTRUCTIONS TO BIDDERS 10-8 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Name of Bidder SEAGREN/SHALES , INC . SECTION 30 - BID FORMS 30.1 INSTRUCTIONS Submit Bids on this Bid Form in accordance with Instructions to Bidders. 30.2 BID FORM PART 1 -TERMS OF BID • PROJECT IDENTIFICATION: City of Elgin 150 Dexter Court • Elgin, Illinois 60120-5555 Attention: Mr. Michael A. Sarro CONTRACT IDENTIFICATION ThICATION AND NUMBER: WALKER No. 31-5297.00 THIS BID IS SUBMITTED TO: City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 Attn: Mr. Michael A. Sarro A. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in form included in Contract Documents to complete all Work as specified or indicated in Contract Documents for Contract Price and within Contract Time indicated in this Bid and in accordance with Contract Documents. B. BIDDER accepts all of terms and conditions of Instructions to Bidders, including without limitation Jr those dealing with disposition of Bid Security. BIDDER will sign Agreement and submit Contract Security and other documents required by Contract Documents within 15 days after date of OWNER's Notice of Award. This Bid will remain open for 60 days after day of Bid opening. C. In submitting this Bid, BIDDER represents, as more fully set forth in Agreement, that: 1. BIDDER has examined copies of all Contract Documents and of following addenda: Date Number 7/24/96 1 r r BID FORMS 30-1 F A.I.A.r .Doc i t Na A-310 (Febew.ev 1970 Ed.) .{t.Y :; 3 Wausau .r1 = Insurance Any correspondence 1n relation to'his 1. ,..-.:=,,.------.-„- -,2. j, bond should be directed to • Wausau Insurance Companies r. 1X:. : 1' Companies Bonding 2000 Westwood Drive P.O.Box 8017 • Wausau,Wisconsin 54402.8017 BID BOA D KNOW ALL MEN BY THESE PRESENTS,that we, S EAGREN/SHALES, INC. as Principal,hereinafter called the Principal,and EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPANY ra corporation duly organized under the laws of the State of WISCONSIN as Surety,hereinafter called the Surety are held and firmly bound unto CITY OF ELGIN 150 DEXTER CT ELGIN, IL 60123 as Obligee,hereinafter called the Obligc a,in the sum of 5% OF AMOUNT BID. Dollars($- ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for PLANK REPLACEMENT-RIVERSIDE DECK PARKING AREA r NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of ri the failure of the Principal to enter such contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. rSigned and sealed this 30TH day of JULY AD. 19 46 N SEAR' /SAALES, INC. r (opal) (Seal) r (Witness) 4 / 1 - .. 1(1:7,..A.A-,-. I: Countersign- . ,, jJ ij ° / 'uth•rized Representativ EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPANY ' /, ittiZ„ (Surety) (Seal) (Witness) (� �— • .���� r .C. BR AN Attorney-in-Fact (P)815-4254 11-82 PRTD.USA . , - Notarial Acknowledgement - Attorney in Fact STATE OF ILLINOIS County of DUPAGE } S.S. r r r On this 30TH day of JULY 19 96 , before me, KELLY A. BORZELLO a Notary Public in and for said COOK County, State aforesaid, residing therein, duly rcommissioned and sworn, personally appeared J.C. BRENNAN known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company r and acknowledged to me that he subscribed the name of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company L thereto as surety, and his own as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the said county of DUPAGE the day and year in this certificate first above written. Notary Public in and for the ounty of 0K State " OFFICIAL ; " State of ILLINOIS KELLY A. L3C,•:-=iZEELL9 NOTARY PUBLIC, MY COMMISSION EXP! 'E.S, My commission expires SEPTEMBER 12, 1999 r r r 815-4216 192 ' EMPLOYERS INSURANCE OF WAUSAU A Mutual Company POWER OF ATTORNEY (FOR BID BONDS ONLY) rKNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company,a corporation duly organized and existing under the laws of the State of Wisconsin, and having its principal office in the City of Wausau. County of Marathon, State of Wisconsin,has made,constituted and appointed,and does by these presents make.constitute and appoint r J. C. BRENNAN its true and lawful attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute. Lseal,acknowledge and deliver ANY AND ALL BID BONDS OR WRITTEN DOCUMENTS INVOLVING BID GUARAN- TEES OR IN THE NATURE THEREAFTER a w an. to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the President.sealed with Z the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attorney-in-fact may do in the premises. CC Q This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a w meeting duly called and held on the 18th day of May. 1973,which resolution is still in effect: tl "RESOLVED,that the President and any Vice President—elective or appointive—of EMPLOYERS INSURANCE OF tl WAUSAU A Mutual Company be,and that each of them hereby is,authorized to execute powers of attorney qualifying Q the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A ~ Mutual Company bonds,undertakings and all contracts of suretyship:and that any secretary or assistant secretary be, and that each or any of them hereby is,authorized to attest the execution of any such power of attorney,and to attach Z thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company" N Ow "FURTHER RESOLVED,that the signatures of such officers and the seal of EMPLOYERS INSURANCE OF WAUSAU o a A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding t ~w upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached.- 2 ttached"2 IN WITNESS WHEREOF,EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be tu signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST day of E ' NOVEMBER , 19 93 rn /.•" EMPLOYERS INSURANCE OF WAUSAU A Mutual Company z2 COrota,F T _ H \SEA ff� By thz LL J.Stephen Ryan Vice President CC — Attest: Qw �/' , ro Z R.J. Besteman Assistant Secretary STATE OF WISCONSIN ) ss. < COUNTY OF MARATHON ) LL � On this 1ST day of NOVEMBER , 19 93 ,before me personally came J.Stephen Ryan w .tome known,who being by me duly sworn,did depose and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A MutualCompany,the corporation described in and which r 2 executed the above instrument;that he knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal the day and year herein first above written. Qr ' -6iz..Y1.4...3.4:4.. /] Patricia A. Kleman Notary Public Z NOTARY PUBLIC STATE OF WISCONSIN r MY COMMISSION EXPIRES MAY 29, 1994 ;= N r CERTIFICATE ^ �." STATE OF WISCOI\SIN ) I CITY OF WAUSAU 1 ss. I-- COUNTY OF MARATHON 1 I, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin corporation,do hereby certify that the foregoing and attached power of attorney.WHICH MUST CONTAIN A VALIDAT- rING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revoked;and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still in force. Signed and sealed in the City of Wausau,Marathon County,State of Wisconsin,this 30TH _ day rof JULY 19 9 6 fi'' .%r li �co..0'•rr j1 R.J. Besteman Assistant Secretary =;:SEAL i NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY.CALL TOLL FREE(800)826-1661.(IN WISCONSIN,CALL 180014 72.0041) 815-4222-1 1092 lit i PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT ll r RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 rNameof Bidder SEACREN/SHALES , INC . rp r (receipt of all of which is hereby acknowledged) and also copies of Advertisement or Invitation to Bid and Instructions to Bidders. ill 2. BIDDER has examined site and locality where Work is to be performed, legal r requirements (federal, state and local laws, ordinances, rules and regulations) and conditions affecting cost, progress or performance of Work and has made such III independent investigations as BIDDER deems necessary. 3. This Bid is genuine and not made in interest of or on behalf of any undisclosed person, Efirm or corporation and is not submitted in conformity with any agreement or rules of any [111 group, association, organization or corporation; BIDDER has not directly induced or solicited any other Bidder to submit false or sham Bid; BIDDER has not solicited or Cinduced any person, firm or corporation to refrain from bidding; and BIDDER has not II sought by collusion to obtain for itself any advantage over any other Bidder'or over OWNER; and C 4. BIDDER agrees that Work Item quantities are estimates and that OWNER may increase I or decrease these quantities at unit prices stated, so long as increases or decreases in Base Bid do not exceed twenty-five (25%) percent of Base Bid price. Increases or decreases r beyond these limits shall be in accordance with Supplementary Conditions, Section 00800. II 5. BIDDER agrees that all alterations or additions to Work shall be performed in th paragraph "Extra Work" under Section "Supplementary Conditions." 6. OWNER reserves right to delete any section of Work. mi C D. BIDDER agrees that Work II will be substantially completed within 60 calendar days after date when Contract Time commences C to run, and fully completed within 75 calendar days after date when Contract Time commences to nm. ell rE. BIDDER will complete Work for following price(s) based on unit prices stated in Section 42: LUMP SUM CONTRACT PRICE 75--C)C-, /---z-e-4-----4-a y ..)(use words) a c) iii7 DOLLARS $ i C ,,,..,..,,,,,,,„.±1.;..aq J (figures) F. BIDDER will complete Work for the prices shown in Section "List of Bid Prices." C -11111 awl r . BID FORMS 30-2 C C ;1 r P' PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Name of Bidder SEAGREN/SHALES , INC . G. Communications concerning this Bid shall be addressed to: (BIDDER to provide name, address, telephone number and name of individual familiar with this Bid and able and authorized to answer questions regarding this Bid.) H. Terms used in this Bid which are defined in General Conditions of Construction Contract included as part of Contract Documents have meanings assigned to them in General Conditions. SUBMITTED ON July 31 , 1996 PART 2- MATERIAL AND EQUIPMENT ALTERNATES Base Bid proposal price shall include materials and equipment selected from designated items and manufacturers listed. The purpose of this requirement is to establish uniformity in bidding and to establish standards of quality for items named. If BIDDER wishes to quote alternate items for consideration by Owner, it may do so under this Section. Complete description of item and proposed price differential must be provided. Unless approved at time of award, substitutions where items are specifically named will be considered only as negotiated change in Contract Sum. PART 3 - ATTACHMENTS Following documents are attached to and made condition of this Bid, unless noted otherwise: A. Required Bid Security in form of: Bid Bond. B. A list of Subcontractors and other persons and organizations required to be identified, if so requested,per the requirements of the Instructions to Bidders within 7 days after the day of the Bid opening. C. Required Bidders Qualification Statement with supporting data per requirements of Instructions to Bidders within 7 days after day of Bid opening. Use form attached to Section "Instructions to Bidders." Copies of previously prepared statements on this form which are less than 12 months old will be acceptable. D. Substitution listing per the requirements of the Instructions to Bidders within 7 days after the day of the Bid opening. E. Equipment Suppliers' Listing. F. List of alternates/alternatives. G. Non-Collusion Affidavit. H. Bid breakdown on AIA Documents G702, Application and Certificate of Payment. This form in available from the American Institute of Architects, 1735 New York Avenue, N.W., Washington, D.C. 20006. I. State the Unit Prices for the following items per the requirements of Article "Execution of Contract" of the Instructions to Bidders, within 7 days after the Bid opening. BID FORMS 30-3 r It r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT IP RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 rName of Bidder SEAGREN/SHALES , INC . OP r PART 4- SIGNATURES IP If BIDDER is: rAn Individual P C By (SEAL) (Individual's Name) II rdoing business as Business Address: r it r P Phone Number: rA Partnership P By (SEAL) r (Firm Name) il C (General Partner) Business Address: , r 1 P Phone Number: rA Corporation V r By Seagren/Shales , Inc . (Corporation Name) Ill • IP BID FORMS 30-4 r PI PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Name of Bidder SEAGREN/SHALES , INC . (Ste, Incorporation) By (Name of Per : Authorized to Sign) Gerald R . Seagren , President (Title) (Corporate Seal) Attest S _ (Secretary) Business Address: 749 N . State S t . Elgin , IL 60123 Phone Number: 847-931-5414 A Joint Venture By (Name) (Address) By (Name (Address) Each joint venture member must sign. The manner of signing for each individual partnership and corporation that is party to joint venture should be in manner indicated above. END OF SECTION 30 BID FORMS 30-5 F • r - PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA WALKER PROJECT NO. 31-5297.00 JULY, 1996 SECTION 40 -SUPPLEMENTS TO BID FORMS 41 LIST OF ALTERNATES State Bid amount for required alternates on following form. • 42 LIST OF UNIT PRICES State Unit Prices on following form. 43 NON-COLLUSION AFFIDAVIT • Statement of Non-Collusion shall be made on following form. 44 LIST OF SUBCONTRACTORS Identify all subcontractors and other persons and organizations proposed for those portions of Work listed on following form. 45 AFFIRMATIVE ACTION/CERTIFICATION REQUIREMENTS, WRITTEN COMMITMENT GUIDELINES AND SEXUAL HARASSMENT. Owner Requirements r r r r SECTION 41 - LIST OF ALTERNATES r SUPPLEMENTS TO BID FORMS 40-1 r ADDENDUM NO. 1 • PLANK REPLACEMENT FOR RIVERSIDE DECK PARKING AREA Project Number 31-5297.00 SECTION 41 - LIST OF ALTERNATES A. State the added cost to the project to seal all the cracks in the existing asphalt surface over the entire supported deck area that is not being replaced. This does not include the landscape area on the south end of the deck. Contractor shall use W.R. Meadows "SEALTIGHT HI-SPEC" hot applied sealant for sealing the cracks. Also include the cost of restriping the entire deck area after the crack sealing is completed. If alternate is accepted, WI 23.1-Paint Traffic Markings, will be deleted from the base contract. 72:0firiW y c�,e 77 n Zo uS�r r?� Dollars ($ �.j doO ) (i words) (in figures) B. State the added cost to the project to accelerate the project schedule in order to substantially complete the project within 45 calendar days after when the Contract time commences to run and be fully completed within 55 calendar days after when the Contract time commences to run. Contractor may work on the project 7 days a week, 24 hours per day. If owner does not have full use of the parking and drive areas on the deck within the 55 day period, this alternate becomes null and void, if the alternate is accepted by the owner. 0 4,1-) )(l� dEctn I )(in Dollars ($ � Go , in figures) ) 1( words) God I I I I A1-2 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS Ir RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 tSECTION 42 - LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT EXTENSION PRICE t 1.0 _General Requirements 1.1 Project Mobilization L.S. 1 15- 000 (5, ood lir2.0 Site Preparation 2.1 Precast Plank Removal S.F. 9,000 q, 5 ° 40 500 1 lir2.2 Curb Removal L.F. 100 15 . () 5°° 2.3 Sidewalk Removal S.F. 425 lir 2.4 Landscape Removal S.F. 175 4 00 -Tho 3.0 Floor Repair lir3.1 Precast Plank Replacement S.F. 9,000is-, 9° 135, oc.c.2 o 0 3.2 Curb Replacement L.F. 100 2, , 000 3.3 Sidewalk Replacement S.F. 2 0 , 425 10 , oo i4 3.4 Waterproof Membrane S.F. 11,000 3.5 Asphalt Surface Course S.F. 10,200 1 , 1 ° le 100 I. `-0 l'4, V10 t10.0 Expansion Joint Replacement 10.4 Metal Edged Expansion Joint- L.F. 230 Floor to Floor i0 U . Structural Steel tr 22.0 a,1900 r 22.1 Remove and Replacement of Steel Railing EA. (Incidental to WI 3.3 ) 23.0 Painting r23.1 _ Paint Traffic Markings L.S. 1 5;o2e," 5, 000 r24.0 Electrical 24.1 Removal and Replacement of L.S. 1 oo Electrical Fixture and Conduit (0, 000. to i 000 rGRAND TOTAL I $257230 r SUPPLEMENTS TO BID FORMS 40-3 r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Description of Abbreviations: L.F. = Lineal Feet EA. = Each S.F. = Square Feet L.S. = Lump Sum r r • r C r r C SUPPLEMENTS TO BID FORMS 40-4 • PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 43 - NON-COLLUSION AFFIDAVIT The Bidder, by its officers and its agents or representatives present at the time of filing this Bid, being duly sworn on their oaths say, that neither they nor any of them have in any way, directly or indirectly, entered into any arrangement or agreement with any other Bidder, or with any officer of the City of Elgin whereby such affiant or affiants or either of them has paid or is to pay such other Bidder or officer any sum of money, or has given or is to give to such other Bidder or officer anything of value whatever, or such affaint or air:ants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other free competition into the letting of the contract sought for by the attached Bids that no inducement of any form or character other than that which appears on the face of the Bid will be suggested, offered,paid or delivered to any person whomsoever to influence the acceptance of the Bid or awarding of the Contract, nor has this Bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the Contractor sought by this Bid. I Submitted By: I I Type or print firm name Seagren/Shales Inc . Authori :lgnature Ir Date 7/31/96 I C r C SUPPLEMENTS TO BID FORMS 40-5 C 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 I. WALKER PROJECT NO. 31-5297.00 SECTION 45 CITY OF ELGIN, ILLINOIS AFFIRMATIVE ACTION/CERTIFICATION REQUIREMENTS Please submit the completed and signed forms along with your proposal. Nn pro/local will he Nerepted without this information. A. To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors, herein referred to as "bidders", are requested to submit the following information: 1. Workforce Analysis using the enclosed Bidder's Employee Utilization form. 2. Provide the information required by Item #3 on the employee utilization form if the answer to Question 2 on the form is "yes". rP 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirements.) B. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. C. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid rotating. D. The successful Bidder agrees that upon acceptance by the City, the executed Invitation to Bid along with the instruction, conditions, and specifications attached theretoAeq time a bidin: contract which may .be enforced by the City. / 1 Signature/Title . Company Name Seagren/Shale , Inc . Address 749 N . State St . Elgin, IL 60123 Phone Number 931-5414 FEIN No. 36-3213325 r SUPPLEMENTS TO BID FORMS 40-7 • r 749 NORTH STATE STREET Seagren/ ELGIN, II I INOIS 60123 P.O. BOX 823 Shales Inc. ELGIN, ILLINOIS 60121 (847) 931-5414 GENERAL CONTRACTORS FAX (847) 931-0327 I I I EQUAL EMPLOYMENT OPPORTUNITY POLICY The employment policies and practices of Seagren/Shales, Inc. are to recruit and to hire employees without discrimination because of race, color, religion, sex, national origin, ancestry, metal or physical handicap unrelated to ability or military service. It is the continuing policy of this company to assure compliance with Executive Order No. 11246 and Executive Order No. 11375 and to re-affirm our continued commitment rto a program of equal employment opportunity, to administer discipline and to provide equal opportunities for advancement of employees including upgrading, promotion and training in a manner which will not discriminate against any person. This policy further recognizes that the effective application of a policy of merit employment involves more than just a policy statement and will, therefore, undertake a program of affirmative action to make known that equal employment opportunities are available on the basis of individual merit and to encourage all persons to seek employment with this company and to strive for advancement on this basis. Gerald R. Seaqren John S. Shales John M. Shales President Vice-President/ Equal Opportunity Secretary/Treasurer Officer Adopted: March 1, 1983 Revised: January 25, 1989 Reviewed: July 29, 1996 • I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS I RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 • • 1 I BIDDER'S EMPLOYEE UTILIZATION FORM r This report is required by the City of Elgin and shall be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts r1. Name and Address of Bidder Description of Project I Seagren/Shales , Inc . Plank Replacement for r Eig749 N . State St . 'n , IL 60123 Riverside Deck Parking Area E Job Total American Employees Blacks Hispanics Asians Indian Other Minority Female II Categories r . MF MF MF MF MF M F Laborers 14 2 14% r Carpenters 10 1 . , 10% 11 BricklayerE 5 0 Office 5 1 0 20% IP . - IP ri . . . I 1 _ . . „ _ , _____ . IP I 11 TOTALS 35 3 9% •z% rI Si,w ature of o any Official and Title Telephone No. Date Signed Page / 931-5414 7/31/96 __Ufa 1 2. Have you ever been a arded a bid by the City of Elgin? P CO Yes 0 No Is SUPPLEMENTS TO BID FORMS 40-8 I III . PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 3. If the answer to#2 is yes, please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under-utilization of minority and/or female, please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc. fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City amongst other actions may cancel, terminate or suspend the contract in whole or in part. C C C C I C C r SUPPLEMENTS TO BID FORMS 40-9 I • • P 1 BIDDER'S EMPLOYEE . UTILIZATION FORM Iein and shall be Thus report is required by th City of Elg - submitted before the contract can be awarded. IChapter 3.12.1000 Affirmative Action — City Contracts 1 1. Name and Address of Bidder Description of Project Seagren/Shales , Inc . Hemmens Auditorium r /49 N . State St . New Mechanical Room & Elgin, IL 60123 Heating System _, - I Total American JOB CATEGORIES Employees Blacks Hispanics Asians Indian Other Minority Female . • Y t Y r Y t i( r Y r K ' r Ii Laborers X19 7 37% r . Carpenters 11 1 , 9% Bricklayers 3 0 Finishers 1 0 r Office 5 1 0 20% . 4 . . r ♦ a . I a- . I I ti 4 r , Al • . r _ T I I . - A - 1 l TOTALS 40 8 20% 3% . a. tur+e d Mail god Bait le3epbore k. Date Sped Pte r . P President 931-5414 7/19/95 -1–e1—� . a. Have you ver been awarded a bid by the City of Slain? YES ! NO • 1. If the anawar to #2 is yes. please submit a copy of the Em loyee Utilization Form that was submitted with your iast successful bid- along with a Si .1iy completed copy of r • this form. . d. If the statistical data provided above. shows under— utilization of rrth. ority and/or fe ale. please submit. accordingto the guideline provided in the attached document. a written commitment to provide equal employment opportunity. • ) OZ'S: In the event that a * contractor or vendor, sto. fails to comply with the fair employment and affirmative ri actionrovisions of the .City of Elgin. the Cit sramongst other actions may cancel. terminate or uspenrrd the contract in ole or in part. r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 r 3. If the answer to#2 is yes, please submit a copy of the Employee Utilization Form that was submitted with E' your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under-utilization of!ninority and/or female, please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor,etc. fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City amongst other actions may cancel, terminate or suspend the contract in whole or in part. r lit r a r p p SUPPLEMENTS TO BID FORMS 40-9 r il� PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 1 WALKER PROJECT NO. 31-5297.00 CITY OF ELGIN EQUAL EMPLOYMENT WRITTEN COMMITMENT GUIDELINE The written commitment required in Item#4 of the"Bidder's Employee Utilization Form" shall: I 1. Set out the name and phone number of the bidder's Affirmative Action Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minority and females in the area's population and labor force. • 3. Set out what the bidder has done and has set as a goal to be done to recruit minority and female employees. 4. Set out the bidder's specific goals to recruit minorities and females for training programs or other similar ! opportunities available through the bidder's organization. 5. Indicate bidder's consent to submit to the City of Elgin upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, selection and hiring of job applicants for the bidder. 7. Clearly shown that the bidder shall require all subcontractors, if any, to submit a written commitment I meeting the above requirements of their affirmative action plan to the City of Elgin. 8. Clearly state the bidder agrees that: "Bidder(company name)shall not discriminate against any employee or applicant because of race, color, religion, sex, ancestry, age, national origin, place of birth, or disability (physical or mental) which will not interfere with the performance of the job in question. I I I I I SUPPLEMENTS TO BID FORMS 40-10 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 r Sexual Harassment—Policies and Programs Effective July 1, 1993, every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: (I) the illigality of sexual harassment; (Ii) the definition of sexual harassment under state law; (iii) a description of sexual harassment, utilizing examples; (iv) the vendor's internal complaint process including penalties; (v) the legal recourse, investigative and complaint process available through the Illinois Department Wm of Human Rights, and the Illinois Human Rights Commission; (vi) directions on how to contact the department and commitsion; (vii) protection against retaliation as provided by Section 6-101 of the Human Rights Act. P A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257. Sexual harassment is defined as follows: p "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when(1) subm4ssion to such conduct is made P' either explicitly or implicitly a term or condition of an,individual's employment, (2) submissions to or rejection of such conduct by an individual is used as the basis for employment decisions affecting such individual, or (3) such conduct has the purpose or P effect of substantially interfering with an individual's work performance or creating an intimidating, hostile or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the Illinois Department of Human Rights. OP N SUPPLEMENTS TO BID FORMS 40-11 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 50 - CONTRACTOR'S QUALIFICATION STATEMENT FOR STRUCTURAL Ii RESTORATION WORK This statement is required in advance of consideration of application to bid or as a qualification statement in advance of a restoration contract. SUBMIn'ED TO: WALKER Parking Consultants/Engineers, Inc. 505 Davis Road Elgin, Illinois 60123 r SUBMIrrED BY: ADDRESS: PHONE: CONTACT: r ___ Corporation Partnership ___ Individual Joint Venture Other (Explain) F U OP MI U CONTRACTOR'S QUALIFICATION STATEMENT 50- 1 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 STRUCTURAL RESTORATION CONTRACTOR'S QUALIFICATION QUESTIONNAIRE 1. How many years has your organization been in business as a structural restoration contractor?_ 2. How many years has your organization been in business as a general contractor? 3. How many years has your organization been in business under its present business name? 4. List states in which your organization is legally qualified to do business. 5. What percentage of the work do you normally perform with your own work forces? 6. List on Table I the last five parking facility/bridge deck structural restoration projects your firm has completed. 7. List on Table II the structural restoration projects your organization has in progress at this time. 8. Have you ever failed to complete any work awarded to you? If so, attach a separate sheet of explanation. 9. Has any officer or partner of your organization ever been an officer or partner of another organization that failed to complete a construction contract? If so, attach a separate sheet of explanation. 10. List on Table ifi the construction experience of the principals and superintendents of your company. 11. What is your present bonding capacity? $ 12. Who is your bonding agent? NAME: ADDRESS: PHONE: CONTACT: 13. Are you rated by any State Highway Departments? If so, please list which states on Table IV and your company's rating. CONTRACTOR'S QUALIFICATION STATEMENT 50-2 3 Page Name Construction Documents Project Number Month, Year 14. List on Table V the equipment you own that is available for restoration work. Are there any liens against the above? If so, total amount$ 15. Attach your company's most recent audited Balance Sheet, prepared in accordance with generally accepted accounting principles. Date of Balance Sheet: Name of firm Balance Sheet: PP DATED AT THIS DAY OF , 19 Name of Organization: By: TITLE: STATE OF COUNTY OF being duly sworn, deposes and says that he/she is of the above organization and that the answers to the questions in the foregoing questionnaire and all statements therein contained are true and correct. PP SUBSCRIBING AND SWORN TO BEFORE ME THIS DAY OF 19 . NOTARY PUBLIC: 'I' MY COMMISSION EXPIRES: S mg or CONTRACTOR'S QUALIFICATION STATEMENT 50- 3 TABLE I - LAST FIVE RESTORATION JOBS COMPLETED Name and Address of Contractor Date: Name and Address of Owner Type of Restoration Work Contract Amount Date Completed CONTRACTOR'S QUALIFICATION STATEMENT 50-4 I Al Vt. 1#41 11*11 Ilidl NMI MI WWII IIMS 0 0 1. 1 flik •°' '''' - 0 ik O. 0. a, St 1 S).' 0 0 0 r'n 0 CI o o 9, ?; % 'r CI to 4 A A 0 tz ti1 o 4 0 -6 1 "i5 1. ca tp C. A 13 4 9 7 A 13 Cd 1. A A 0 13 ag cl 1. ,. 74 .1 -"6 .4 tili 7Z 0 CI 13 tvl VI cal ci oe 111) II tk, .06 tp 0 vt TABLE III - CONSTRUCTION EXPERIENCE OF PRINCIPALS AND SUPERINTENDENTS Name and address of Contractor: Date: Name Position Years Experience Type of Work Contract Amount Construction Restoration CONTRACTOR'S QUALIFICATION STATEMENT 50-6 169 MI OM 11/M IIMMI MI INN UM IMO all i F1 ii Ii E, 1 i ri r 1 ' i F-111 ri ri r ri rn rrii 1 TABLE IV - RATINGS BY STATE HIGHWAY DEPARTMENTS Name and address of Contractor: Date: State Rating Contact& Phone No. Highway Jobs for Ea. State CONTRACTOR'S QUALIFICATION STATEMENT 50-7 TABLE V- LIST OF EQUIPMENT Name and address of Contractor: Date: Description of Equipment Quantity Years of Service Current Book Value CONTRACTOR'S QUALIFICATION STATEMENT 50-8 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 CONTRACT FORMS SECTION 00500 - AGREEMENT FORM PART 1 GENERAL 1.01 Written Agreement will be executed on AIA Document A101, "STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR, WHERE THE BASIS OF PAYMENT IS A STIPULATED SUM," 1987 Edition, in accordance with General Conditions. 1.02 Copies of Agreement Form are available for examination at office of Engineer. Copies of Agreement Form may be obtained from The American Institute of Architects, 1735 New York Avenue, N.W., Washington, DC 20006. 1.03 Liquidated damages will not be included in Article 3 of Agreement. 1.04 Retainage for progress payments will be in accordance with Supplementary Conditions, SC-9.3. END OF SECTION 00500 RIP IN r AGREEMENT FORM 00500- 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 00600 -BONDS AND CERTIFICATES PART I- GENERAL 1.1 Performance Bond and payment Bonds shall be executed on AIA Document A312, "PERFORMANCE BOND AND PAYMENT BOND," 1984 Edition, in accordance with General Conditions. 1.2 Copies of Bond forms are available for examination at office of Engineer. Copies of Bond forms may be obtained from The American Institute of Architects, 1735 New York Avenue, N.W., • Washington, D.C. 20006. END OF SECTION 00600 up I r IP IP BONDS AND CERTIFICATES 00600- 1 Otid- IP PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 CONDITIONS OF THE CONTRACT SECTION 00700 - GENERAL CONDITIONS PART 1 - GENERAL 1.01 AIA Document A201, "GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION," 1987 Edition, Articles 1 through 14 inclusive, is hereby made part of Contract Documents. 1.02 Copies of General Conditions are available for examination at office of Engineer. Copies of General Conditions may be obtained from The American Institute of Architects, 1735 New York Avenue, N.W., Washington, DC 20006. 1.03 Supplementary Conditions, Section 00800, shall amend or supplement General Conditions. All provisions of General Conditions not amended or supplemented by Supplementary Conditions remain in full force and effect. END OF SECTION 00700 Po L • L #w pp U U AGREEMENT FORM 00700- 1 pp r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 00800 - SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 Supplementary Conditions shall amend or supplement AIA Document A201 "GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION," 1987 Edition, and other provisions of Contract Documents as indicated below. All provisions not amended or supplemented remain in full force and effect. 1.1.1 THE CONTRACT DOCUMENTS 1.1.4 THE PROJECT Term Project as used herein shall mean: Plank Replacement for Riverside Deck Parking Area, 116 Elgin, Illinois. 1.1.8 ENGINEER Terms Engineer and Architect as used herein shall be synonymous. Term Engineer as used herein shall mean: Walker Parking Consultants/Engineers, Inc., 505 Davis Road, Elgin, Illinois 60123. 1.1.9 UNIT PRICE WORK IP iw Unit Price Work is Work to be paid for on basis of unit prices. 1.2 SC-1.2. EXECUTION, CORRELATION AND INTENT Add following to 1.2.3: Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean latest standard if specification, manual, code, laws, or regulations in effect at time of opening of Bids (or, on Effective Date of Agreement if no Bids), except as may be otherwise specifically stated. However, no provision of any referenced,standard specification, manual, or code (whether or not specifically incorporated by reference in Contract Documents) shall be effective to change duties and responsibilities of Owner, Contractor, or Architect, or any *, of their consultants, agents, or employees from those set forth in Contract Documents, nor shall be effective to assign to Architect, or any of Architect's consultants, agents, or employees, any duty or authority to supervise or direct furnishing or performance of A Work, or any duty or authority to undertake responsibility contrary to General Conditions. SUPPLEMENTARY CONDITIONS 00800- 1 ■ tio I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT I RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1.3 SC-2.1 DEFINITION Add following to 2.1.1: Term Owner as used herein shall mean: City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 1.4 SC-2.2 INFORMATION AND SERVICES REQUIRED OF THE OWNER Delete subparagraph 2.2.5 and substitute following: I 2.2.5 - Contractor will be furnished free of charge 2 copies of Drawings and Project Manuals. Additional sets will be furnished at cost of reproduction, postage and handling. I 1.5 SC-3.4 LABOR AND MATERIALS Add following to 3.4.1: All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with instructions of applicable supplier except as otherwise provided in Contract Documents; but no provisions of any such instructions will be effective to assign to Architect, or any of Architect's consultants, agents, or employees any duty or authority to undertake responsibility contrary to General Conditions. Add following subparagraphs 3.4.3, 3.4.4, and 3.4.5 to 3.4: 1 3.4.3 - After Contract has been executed, Owner and Architect will consider formal request for substitution of products in place of those specified only under conditions set forth in General Requirements (Division 1 of Specifications). 3.4.4 -By making requests for substitutions based on subparagraph 3.4.3 above, Contractor: .1 Represents that Contractor has personally investigated proposed substitute product and determined that it is equal or superior in all respects to that specified. .2 Represents that Contractor will provide same warranty for substitution that Contractor would for that specified. .3 Certifies that cost data presented is complete and includes all related costs under this Contract except Architect's redesign costs, and waives all claims for additional costs related to substitution which subsequently become apparent, and .4 Will coordinate installation of accepted substitute, making such changes as may be required for Work to be complete in all respects. SUPPLEMENTARY CONDITIONS 00800-2 3 r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1.6 SC-3.7 PERMITS, FEES AND NOTICES Add following to 3.7.2: s!" Except where otherwise expressly required by applicable laws, ordinances, rules, regulations and lawful orders of public authorities, neither Owner nor Architect shall be _ responsible for monitoring Contractor's compliance with any applicable law, ordinance, rule, regulation and lawful order of public authorities. The successful Bidder shall secure all permits required by law and/or City ordinance; fees for City permits issued by our Code Administration Department and/or Engineering Division shall be waived. 1.7 SC-3.9 SUPERINTENDENT Add following to 3.9.1: Contractor's resident superintendent as approved by Architect shall not be removed from Project until Project punch list has been completed and Project accepted by Owner or until Architect finds superintendent unacceptable. Contractor's resident superintendent shall be assigned solely to Project and shall not perform any duties or superintendence of any other project Contractor may have until completion of this Project. PP 1.8 SC-3.10 CONTRACTOR'S CONSTRUCTION SCHEDULES Add following to 3.10.2: If required by Architect, schedule of submittals shall be adjusted to provide workable arrangement for processing submittals. 1.9 SC-3.12 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Delete last sentence of subparagraph 3.12.5 and replace with following: Submittals made by Contractor which are not required by Contract Documents will be returned immediately with notation no action was taken or required to be taken. Delete subparagraph 3.12.10. Add following subparagraphs 3.12.12 through 3.12.20 to 3.12: 3.12.12 - Submission to Architect of Shop Drawings and samples approved by Contractor and review of said Shop Drawings and samples by Architect shall not constitute FP SUPPLEMENTARY CONDITIONS 00800-3 NI I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 submission in writing or approval in writing of any deviation from requirements of Contract Documents unless it is brought to attention of design professional that specific changes are being suggested. 3.12.13 - Changes to Drawings and Specifications by means of Shop Drawings become responsibility of party initiating such changes. • 3.12.14 - Submission to Architect of Shop Drawings and samples approved by Contractor and review of said Shop Drawings and samples by Architect shall not imply that any requirements of Contract Documents have been waived or superseded. 3.12.15 - No delay or omission to exercise any right or remedy accruing to Architect upon any breach or event of default of Contractor shall impair any such right or remedy to be construed to be waiver of any such breach or default; nor shall any waiver of any single breach or default be deemed waiver of any other, prior, or subsequent breach or default. Any waiver, permit, consent, or approval on part of Architect of any breach or default, or of any provision or condition hereof, must be in writing and shall be effective only to extent that such writing specifically sets forth. 3.12.16 -Architect's terminology on Shop Drawing review stamp of"NO EXCEPTION TAKEN" shall mean that Architect has reviewed and approved Shop Drawing so stamped only for conformance with design concept of Project as given in Contract Documents. 3.12.17 -Architect's terminology on Shop Drawing review stamp of"MAKE CORRECTIONS NOTED" shall mean that Architect has reviewed and approved Shop Drawing so stamped, subject to corrections made on Shop Drawing, only for conformance with design concept of Project as given in Contract Documents. 3.12.18 - Architect's stamp on Shop Drawing shall not imply approval of quantities, dimensions, fabrication processes and techniques of construction, all of which shall remain responsibility of Contractor. 3.12.19 -Architect's stamp on Shop Drawing shall not relieve Contractor from responsibility for errors or omissions in Shop Drawing and shall not imply that Contractor may proceed in error. 3 3.12.20- Shop Drawings and samples shall be submitted in accordance with procedures of Section 01300. 1.10 SC-3.18 INDEMNIFICATION Add following subparagraph 3.18.4 to 3.18: SUPPLEMENTARY CONDITIONS 00800-41 r i I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 3.18.4 - Contractor shall agree that total aggregate liability for consequential and incidental damages (but not direct damages) suffered with respect to professional negligence associated or connected with Drawings and Specifications from which Contractor prepared Contract Bid Price and for which Owner, Architect, and their agents or consultants may be liable, shall be limited to amount not to exceed $50,000. Contractor shall further agree that with respect to each subcontractor, Contractor will obtain as condition precedent to subcontractor's performance, agreement that foregoing limitation of liability for consequential and incidental damages (but not direct damages) shall not in aggregate exceed $50,000 for all Contractor's subcontractors. It is understood and agreed between parties hereto that this provision shall be confined in application to only those matters affecting Contract Bid Price and shall not affect any party's liability for personal injury or property damage arising or resulting from sole negligence of any party, its agents or employees. 1.11 SC-4.1 ARCHITECT PP Delete first sentence of subparagraph 4.1.1 and replace with following: Architect is person or entity identified as such in Agreement and is referred to throughout Contract Documents as if singular in number. 1.12 SC-4.2 ARCHITECT'S ADMINISTRATION OF THE CONTRACT p Add following subparagraph 4.2.14 to 4.2: 4.2.14 -Unit Prices: Architect will review and approve actual quantities and determine classification of Unit Price Work performed by Contractor. Architect will review Contractor's preliminary determinations on such utters before rendering written decision thereon(by recommendation of Application for Payment or otherwise). Architect's written decisions thereon will be final and binding upon Owner and Contractor, unless, within ten days after date of any such decision, either Owner or Contractor delivers to other party to Agreement and to Architect written notice of intention to appeal from such decision. 1.13 SC-5.2 AWARD OF SUBCONTRACTS AND OTHER,CONTRACTS FOR PORTIONS OF THE WORK Add following to 5.2.1: p In accordance with Supplementary Instructions to Bidders, submit names of following subcontractors, suppliers, persons and organizations for approval by Owner and Architect before award of Contract: SUPPLEMENTARY CONDITIONS 00800-5 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 TRADE COMPANY LOCATION Demolition Paving Ready-Mixed Concrete Concrete Reinforcement Structural Precast Concrete Expansion Joint Waterproofing Membrane • Electrical 1.14 SC-7.1 CHANGES Add the following subparagraphs: 7.1.5 INCREASED OR DECREASED WORK ITEM QUANTITIES Engineer shall have right under contract to make increases and decreases in quantities and changes in plans, as may be necessary to ensure completion of contemplated work subject to following qualifications: As used herein, major item is defined as any item whose total cost, determined by multiplying constructed quantity and contract unit price, is equal to or greater than 5 percent of original total contract price. All other items are considered minor items and are not subject to unit price adjustment. Where cost of final work prior to consideration of adjustment is within 5 percent of original total contract price, or if amount of adjustment is less than 100 dollars, or if item is exempted from such adjustment elsewhere in contract, no adjustment in contract unit prices will be considered for any increased or decreased quantities. SUPPLEMENTARY CONDITIONS 00800-6 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Where cost of final work has increased more than,5 percent of original total contract price prior to consideration of any adjustment, requests for adjustments will be considered on following basis: .1 Where quantity of an item of work required to complete project is not increased nor decreased from original estimate by more than 25 percent, payment for quantity of said item will be made at contract unit price: .2 Where quantity of any major item of work is increased by more than 25 percent, then unit price for quantity of that item of work over 125 percent of original contract quantity will be decreased by 10 percent of unit price bid. IP .3 Where quantity of any major item of work is decreased by more than 25 percent, then adjusted unit price will be obtained by multiplying contract unit price for that item of work by factor obtained as follows: Factor = 1 + 0 10 (P-C) C PP Where: P = Contract Quantity Plo C = Constructed Quantity In no case shall product of adjusted unit price and number of units of work PP performed exceed product of contract unit price and 75 percent of original contract quantity. Neither will unit price be adjusted to more than twice original contract unit price. PP .4 In special cases where adjustments provided by previous paragraphs in this subsection do not provide equitable remuneration for work required by change in quantities, Engineer may adjust contract unit prices prior to Notice of Award for portion of item affected, if justified by evidence presented by successful Bidder. tat 1.15 SC-7.3 CONSTRUCTION CHANGE DIRECTIVES m In first sentence of subparagraph 7.3.6, delete words "including, in case of an increase in the Contract Sum, a reasonable allowance for overhead and profit." Delete Clauses 7.3.6.1 through 7.3.6.5 and replace with following: 'n .1 Cost of labor, including social security, old age and unemployment insurance, fringe benefits required by agreement or custom, and workers' or workmen's compensation insurance, plus 20% of sum thereof; OP .2 Cost of materials, supplies and equipment, including cost of transportation, whether incorporated or consumed, plus 15% of sum thereof; no SUPPLEMENTARY CONDITIONS 00800-7 PP I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 .3 Rental costs of machinery and equipment, exclusive of hand tools, whether rented from Contractor or others, plus 15%; .4 Cost of premiums for all bonds and insurance, permit fees, and sales, use or similar taxes related to Work, plus 15% of sum thereof; .5 Compensation as herein provided shall be accepted by Contractor as payment in full for extra Work done on this basis and said percentages shall cover profit, superintendence, general expense, overhead, and use of small tools and equipment for which no rental is allowed. 3 1.16 SC-9.2 SCHEDULE OF VALUES Add following subparagraph 9.2.2 to 9.2: 9.2.2 -Progress payments on account of Unit Price Work will be based on number of units completed. 1.17 SC-9.3 APPLICATIONS FOR PAYMENT Add following clause 9.3.1.3 to 9.3.1: 9.3.1.3 -Until Substantial Completion, Owner shall pay 90 percent of amount due Contractor on account of progress payments. Add following subparagraph 9.3.4 to 9.3: 9.3.4 -Unit Price Work: .1 Where Contract Documents provide that all or part of Work is to be Unit Price Work, initially Contract Sum will be deemed to include for all Unit Price Work amount equal to sum of established unit prices for each separately identified item of Unit Price Work times estimated quantity of each item as indicated in Agreement. Estimated quantities of items of Unit Price Work are not guaranteed and are solely for purpose of comparison of Bids and determining initial Contract Sum. Review and approval of actual quantities and classifications of Unit Price Work performed by Contractor will be by Architect in accordance with SC-4.2, subparagraph 4.2.14. .2 Each unit price will be deemed to include amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. .3 Where quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from estimated quantity of such item indicated in Agreement and there is no corresponding adjustment with respect to any other item of Work and if Contractor believes Contractor has incurred additional SUPPLEMENTARY CONDITIONS 00800- 8 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 expense as result thereof, Contractor may make claim for increase in Contract Sum in accordance with Article 7 if parties are unable to agree as to amount of any such increase. 1.18 SC-9.5 DECISIONS TO WITHHOLD CERTIFICATION PP* Delete Clause 9.5.1.3 from subparagraph 9.5.1. • 1.19 SC-9.8 SUBSTANTIAL COMPLETION PP Add following sentence to subparagraph 9.8.3: Payment shall be sufficient to increase total payments to 90 percent of Contract Sum, less such amounts as Architect shall determine for incomplete Work and unsettled claims. 1.20 SC-9.11 LIQUIDATED DAMAGES IP None for this Project IP 1.21 SC-11.1 CONTRACTOR'S LIABILITY INSURANCE The Contractor shall not commence work under this contract until they have obtained all the following insurances: Add following subparagraphs 11.1.4, 11.1.5, and 11.1.6 to 11.1: 11.1.4 -Contractor shall purchase insurance as follows: .1 Workers' Compensation insurance including Employer's liability to cover employee injuries or disease compensable,under Worker's Compensation Statutes of states in which Work is conducted under this Contract; disability benefit laws, if any; or Federal compensation acts such as U.S. Longshoremen or Harbor Workers' Maritime Employment, or Railroad Compensation Act(s), if applicable. Self-insurance plans approved by regulatory authorities in state in which Work on this Project is performed are acceptable. .2 Comprehensive General Liability policy to cover bodily injury to persons other than employees and for damage to tangible property, including loss of use thereof, IP including following exposures: a. All premises and operations. b. Explosion, collapse and underground damage. !p! c. Contractor's Protective coverage for independent contractors or subcontractors employed by him. d. Contractual Liability as required by General Conditions, Clause 11.1.1.7. p SUPPLEMENTARY CONDITIONS 00800-9 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT 1 RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 e. Usual Personal Injury Liability endorsement with no exclusions pertaining to employment. f. Products and Completed Operations coverage. .3 Comprehensive Automobile Liability policy to cover bodily injury and property damage arising out of ownership, maintenance, or use of any motor vehicle, including owned, non-owned, and hired vehicles. In light of standard policy _ provisions concerning(1) loading and unloading and(2) definitions pertaining to motor vehicles licensed for road use versus unlicensed or self-propelled construction equipment, it is strongly recommended that Comprehensive General Liability and Comprehensive Auto Liability be written by same insurance carrier, though not necessarily in one policy. .4 Contractor shall purchase for Owner, Owner's Protective Liability policy to protect Owner, Architect, their consultants, agents, employees and such public corporations in whose jurisdiction Work is located for their contingent liability for Work performed by Contractor and subcontractor(s)under this Contract. .5 Contractor shall purchase Builder's Risk-Installation Floater in form acceptable to Owner covering property of Project for full cost of replacement as of time of any loss which shall include, as named insureds, (1) Contractor, (2) all subcontractors, (3) Owner, and Architect, as their respective interests may prove to be at time of loss, covering insurable property which is subject of this Contract, whether in place, stored at job site, stored elsewhere, or in transit at risk of insured(s). Coverage shall be effected on "All Risk" form including, but not limited to, perils of fire, wind, vandalism, collapse, theft, and earthquake, with exclusions normal to cover. Contractor may arrange for such deductibles as it deems to be within its ability to self-assume, but it will be held solely responsible for amount of such deductible and for any coinsurance penalties. Any insured loss shall be adjusted with Owner and Contractor and paid to Owner and Contractor as Trustee for other Insureds. .6 Umbrella or Excess Liability: Owner or its representative may, for certain projects, require limits higher than those stated under "Limits of Liability" below. Contractor is granted option of arranging coverage under single policy for full limit required or by combination of underlying policies with balance provided by Excess or Umbrella Liability policy equal to total limit(s) requested. Umbrella or 3 Excess policy wording shall be at least as broad as primary or underlying policy(ies) and shall apply both to Contractor's general liability and to its automobile liability insurance. 3 11.1.5 -Limits of Liability: Required limits of liability for insurance coverages required above shall be not less than following: 3 .1 Workers Compensation: Coverage A: Compensation Statutnry Coverage B: Employer's Liability $ 100,000.00 3 SUPPLEMENTARY CONDITIONS 00800- 10 • PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 .2 Comprehensive General Liability: Bodily Injury: Each Occurrence $ 500,000.00 Bodily Injury: Aggregate (Completed Operations) $ 500,000.00 Property Damage: Each Occurrence $ 100,000.00 Property Damage: Aggregate $ 500,000.00 or combined single limit $1,000,000.00 .3 Comprehensive Automobile Liability: Bodily Injury: Each Person $ 250,000.00 Bodily Injury: Each Occurrence $ 500,000.00 Property Damage: Each Occurrence $ 100,000.00 or combined single limit $1,000,000.00 .4 Owner's Protective Liability: Bodily Injury: Each Occurrence $1,000,000.00 Property Damage: Each Occurrence $ 250,000.00 Property Damage: Aggregate $ 500,000.00 or combined single limit $1,500,000.00 .5 Builder's Risk- Installation Floater: Cost to Replace At Time of Loss .6 Umbrella or Excess Liability: $2,000,000.00 11.1.6 -Other Requirements: .1 The City of Elgin shall be specifically named as an"Additional Insured" on the above policies. .2 Owner reserves right to request complete copies of policies if deemed necessary to ascertain details of coverage not provided by certificates. Such policy copies shall be "Originally Signed Copies," and so designated. .3 Qualification of Insurers: In order to determine financial strength and reputation 1. of insurance carriers, all companies providing coverages required shall have financial rating not lower than XII and policyholder's service rating no lower than A+ as listed in A.M. Best's Key Rating Guide, current edition. Companies with • ratings lower than A+ : XII will be acceptable only upon written consent of Owner. .4 Subrogation Clause: Following subrogation clause shall appear in all policies of po insurance, "Subrogation Clause": It is hereby stipulated that this insurance shall rio not be invalidated should insured waive in writing prior to loss any or all right of recovery against any party for loss occurring to property described herein. SUPPLEMENTARY CONDITIONS 00800- 11 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT 1 RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1.22 SC-11.3 PROPERTY INSURANCE Delete subparagraph 11.3.1 from 11.3. Delete Clauses 11.3.1.1 through 11.3.1.4 from 11.3.1. Delete subparagraphs 11.3.4 and 11.3.6 from 11.3. Modify subparagraph 11.3.7 by substituting "Contractor" for "Owner" at end of first sentence. Modify subparagraph 11.3.8 by substituting "Contractor" for "Owner" as fiduciary; except that at first reference to "Owner" in first sentence, word "this" should be substituted for "Owner's." Modify subparagraph 11.3.9 by substituting "Contractor" for "Owner" each time latter word appears. Modify subparagraph 11.3.10 by substituting "Contractor" for "Owner" each time latter word appears. 1.23 SC-11.4 PERFORMANCE BOND AND PAYMENT BOND Delete subparagraph 11.4.1 and substitute following: 11.4.1 - Contractor shall furnish bonds covering faithful performance of Contract and payment of obligations arising thereunder. Bonds may be obtained through Contractor's usual source and cost thereof shall be included in Contract Sum. Amount of each bond shall be equal to 100 percent of Contract Sum. 11.4.1.1 -Contractor shall deliver required bonds to Owner not later than three days following date Agreement is entered into, or if Work is to be commenced prior thereto in response to letter of intent, Contractor shall, prior to commencement of Work, submit evidence satisfactory to Owner that such bonds will be furnished. 11.4.1.2 -Contractor shall require attorney-in-fact who executes required bonds on behalf of surety to affix thereto certified and current copy of power of attorney. END OF SECTION 00800 SUPPLEMENTARY CONDITIONS 00800- 12 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 END OF SECTION 00800 L • p p p p p p 41 it* So, p SUPPLEMENTARY CONDITIONS 00800- 13 sei r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 00860 - LIST OF DRAWINGS Sheet No. Title RI General Notes, Work Item and Abbreviations R2 Deck Plan • R3 Details and Sections END OF SECTION 00860 PP p r Uisp um NI* PP U LIST OF DRAWINGS 00860-1 P" L PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 00900 - ADDENDA AND MODIFICATIONS 1.1 Addenda and modifications to Project are contained on following pages. END OF SECTION 00900 p p ADDENDA AND MODIFICATIONS 00900- 1 f: PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 p• SECTION 01010-SUMMARY OF WORK PART 1 - GENERAL • 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 PROJECT DESCRIPTION Work shall consist of removing existing deteriorated precast planks, installing new planks, waterproofing the repaired areas and installing a new asphalt wearing surface over the new planks. Repair of the deteriorated wall and beams shall be an option by the City of Elgin which they may elect to have done. Traffic drive lanes shall be maintained behind the buildings that face towards North Grove Avenue. 1.3 WORK UNDER OTHER CONTRACTS The City of Elgin may elect to do other work within the construction limits, however, no work by the City is anticipated at this time. 1.4 WORK SEQUENCE tip Work shall start on the south end of the parking area and proceed to the north. 1.5 CONTRACTOR USE OF PREMISES During construction period, the Contractor shall stage his trailer and equipment in the parking lot at the south end of the site,just east of the access drive lane. Any damage to this area will be repaired to the City's satisfaction. PP 1.6 OWNER OCCUPANCY The Contractor shall keep north bound drive lane and parking on the west side of the drive available, which is located just to the west of the existing buildings, open at all times during the contract period. PP END OF SECTION 01010 YR'4 tt� SUMMARY OF WORK 01010 - 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01035 -MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 1 Section "Allowances" for procedural requirements governing the handling and processing of allowances. 2. Division 1 Section "Unit Prices" for administrative requirements governing use of unit prices. 3. Division 1 Section "Submittals" for requirements for Contractor's Construction Schedule. 4. Division 1 Section "Application for Payment" for administrative procedures governing applications for payment. 5. Division 1 Section "Product Substitutions" for administrative procedures for handling requests for substitutions made after award of Contract. 1.3 MINOR CHANGES IN WORK A. Supplemental instructions authorizing minor changes in Work, not involving an adjustment to Contract Sum or Contract Time, will be issued by Engineer on AIA Form G710, Architect's Supplemental Instructions. 1.4 CHANGE ORDER PROPOSAL REQUESTS U A. Owner-Initiated Proposal Requests: Proposed changes in Work that will require adjustment to Contract Sum or Contract Time will be issued by Engineer, with detailed description of proposed change and supplemental or revised Drawings and Specifications, if necessary. 1. Proposal requests issued by Engineer are for information only. Do not consider them instruction either to stop work in progress, or to execute proposed change. 2. Unless otherwise indicated in proposal request, within 20 days of receipt of proposal request, submit to Engineer for Owner's review an estimate of cost necessary to execute proposed change. 0 MODIFICATION PROCEDURES 01035 - 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS ' RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 a. Include list of quantities of products to be purchased and unit costs, along with total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. J c. Include statement indicating effect proposed change in Work will have on Contract Time. B. Contractor-Initiated Change Order Proposal Requests: When latent or other unforseen conditions I require modifications to Contract, Contractor may propose changes by submitting request for change to Engineer. 1. Include statement outlining reasons for change and effect of change on Work. Provide complete description of proposed change. Indicate effect of proposed change on Contract Sum and Contract Time. 2. Include list of quantities of products to be purchased and unit costs along with total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Comply with requirements in Section "Product Substitutions" if proposed change in Work. 111 5. Submit request no later than 10 working days after discovery of condition. C. Proposal Request Form: Use AIA Document G 709 for Change Order Proposal Requests. I 1.5 ALLOWANCES A. Allowance Adjustment: Base each Change Order Proposal Request for an allowance cost 111 adjustment solely on difference between actual purchase amount and allowance, multiplied by final measurement of work-in-place, with reasonable allowances, where applicable, for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. 1. Include installation costs in purchase amount only where indicated as part of the allowance. 2. When requested,prepare explanations and documentation to substantiate margins claimed. B. Submit claims for increased costs because of change in scope or nature of allowance described in Contract Documents, whether for purchase order amount or Contractor's handling, labor, installation, overhead, and profit, within 20 days of receipt of Change Order or construction change directive authorizing Work to proceed. Claims submitted later than 20 days will be rejected. 1. Change Order cost amount shall not include Contractor's or Subcontractor's indirect expense except when it is clearly demonstrated that either nature or scope of Work required was changed from that which could have been foreseen from description of allowance and other information in Contract Documents. 2. No change to Contractor's indirect expense is permitted for selection of higher or lower3 priced materials or systems of same scope and nature as originally indicated. 1.6 CONSTRUCTION CHANGE DIRECTIVE I MODIFICATION PROCEDURES 01035 -2 I 3 I� PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 A. Construction Change Directive: When Owner and Contractor are not in total agreement on terms of Change Order Proposal Request, Engineer may issue Construction Change Directive on AIA Form G714, instructing Contractor to proceed with change in Work, for subsequent inclusion in Change Order. 1. Construction Change Directive will contain complete description of change in Work and designate method to be followed to determine clange in Contract Sum or Contract Time. B. Documentation: Maintain detailed records on time and material basis of work required by Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to Contract. 1.7 CHANGE ORDER PROCEDURES A. Upon Owner's approval of Change Order Proposal Request, Engineer will issue Change Order for signatures of Owner and Contractor on AIA Fdrm G701, as provided in Conditions of Contract. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION(Not Applicable) r END OF SECTION 01035 r IP MODIFICATION PROCEDURES 01035 -3 P" PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 Pr WALKER PROJECT NO. 31-5297.00 L SECTION 01040 - PROJECT COORDINATION PART 1 - GENERAL on 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY mg A. This Section specifies administrative and supervisory requirements necessary for Project coordination including, but not necessarily limited to: 1. Coordination. 2. Administrative and supervisory personnel. 3. General installation provisions. 4. Cleaning and protection. 1.3 COORDINATION A. Coordination: Coordinate construction activities included under various Sections of these Specifications to assure efficient and orderly installation of each part of Work. Coordinate construction operations included under different Sections of Specifications that are dependent upon !� each other for proper installation, connection, and operation. 1. Where installation of one part of Work is dependent on installation of other components, either before or after its own installation, schedule construction activities in sequence required to obtain best results. 2. Where availability of space is limited, coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Where necessary, prepare memoranda for distribution to each party involved outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. 1. Prepare similar memoranda for Owner and separate Contractors where coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling! and timing of required administrative procedures with other construction activities to avoid'conflicts and ensure orderly progress of Work. Such administrative activities include, but are riot limited to, following: 1. Preparation of schedules. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project Close-out activities. PROJECT COORDINATION 01040- 1 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1.4 SUBMITTALS A. Staff Names: Within 15 days of Notice to Proceed, submit list of Contractor's principal staff assignments, including the Superintendent and other personnel in attendance at site; identify individuals, their duties and responsibilities; list their addresses and telephone numbers. 1. Post copies of list in Project meeting room, temporary field office, and each temporary telephone. PART 2 - PRODUCTS (Not Applicable). 3 PART 3 - EXECUTION 3.1 GENERAL INSTALLATION PROVISIONS A. Inspection of Conditions: Require Installer of each major component to inspect both substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. B. Manufacturer's Instructions: Comply with manufacturer's installation instructions and recommendations, to extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. C. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items. D. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. E. Recheck measurements and dimensions, before starting each installation. F. Install each component during weather conditions and Project status that will ensure best possible results. Isolate each part of completed construction from incompatible material as necessary to prevent deterioration. 3.2 CLEANING AND PROTECTION A. During handling and installation, clean and protect construction in progress and adjoining materials in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. B. Clean and maintain completed construction as frequently as necessary through remainder of construction period. Adjust and lubricate operable components to ensure operability without damaging effects. C. Limiting Exposures: Supervise construction activities to ensure that no part of construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during construction period. Where applicable, such exposures include, but are not limited to, following: 1. Excessive static or dynamic loading. 2. Excessive internal or external pressures. PROJECT COORDINATION 01040- 2 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 3. Heavy traffic. 4. Unusual wear or other misuse. 5. Contact between incompatible materials. 6. Destructive testing. 7. Misalignment. 8. Excessive weathering. 9. Unprotected storage. 10. Improper shipping or handling. 11. Theft. 12. Vandalism. r END OF SECTION 01040 F F L 11111 U 4/4 PROJECT COORDINATION 01040- 3 r y i` PLANK REPLCEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01095 -REFERENCE STANDARDS AND DEFINITIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. �r 1.2 DEFINITIONS A. General: Basic Contract definitions are included in Conditions of Contract. B. Approve: Term approved, when used in conjunction? with Engineer's action on Contractor's submittals, applications, and requests, is limited to Engineer's duties and responsibilities as stated in Conditions of Contract. C. Directed: Terms such as directed, requested, authorized, selected, approved, required, and permitted mean directed by Engineer, requested by Engineer, and similar phrases. D. Furnish:Term furnish means supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. E. Indicated: Term indicated refers to graphic representaations, notes, or schedules on Drawings, or other Paragraphs or Schedules in Specifications] and similar requirements in Contract Documents. Terms such as shown, noted, scheduled, and specified are used to help reader locate reference. There is no limitation on location. F. Install: Term install describes operations at Project site including actual unloading, unpacking, assembly, erection, placing, anchoring, applying, wbrking to dimension, finishing, curing, protecting, cleaning, and similar operations. G. Installer: An Installer is Contractor or an entity engaged by Contractor, either as an employee, subcontractor, or contractor of lower tier, to perform particular construction activity, including installation, erection, application, and similar operations. 'Installers are required to be experienced 1. in operations they are engaged to perform. 1. Term Experienced, when used with term Installer,,,means having minimum of five previous projects similar in size and scope to this Project, being familiar with special requirements R" indicated, and having complied with requirements of authority having jurisdiction. H. Project Site: Space available to Contractor for performing construction activities, either exclusively or in conjunction, with others performing other work as part of Project. Extent of Project Site is shown on Drawings and may or may not be identical with description of land on which Project is to be built. I. Provide: Term provide means to furnish and install, complete and ready for intended use. J. Regulations: Term regulations includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within construction industry that control performance of Work. • REFERENCE STANDARDS AND DEFINITIONS Rev. 02/15/96 01095 - 1 r I PLANK REPLCEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 K. Testing Agency: Testing agency is an independent entity engaged to perform specific inspections or tests, either at Project Site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Except where Contract Documents include more stringent requirements, applicable construction industry standards have same force and effect as if bound or copied directly into Contract Documents to extent referenced. Such standards are made part of Contract Documents by reference. B. Conflicting Requirements: Where compliance with 2 or more standards is specified and standards establish different or conflicting requirements for minimum quantities or quality levels, comply with most stringent requirement. Refer to Engineer before proceeding for decision on requirements that are different, but apparently equal, and where it is uncertain which requirement is most stringent. 1. Minimum Quantity or Quality Levels: Quantity or quality level shown or specified shall be minimum acceptable. Actual installation may comply exactly.with minimum quantity or quality specified, or it may exceed minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for context of requirements. Refer uncertainties to Engineer for decision before proceeding. C. Copies of Standards: Each entity engaged in construction on Project is required to be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with Contract Documents. 1. Where copies of standards are needed to perform required construction activity, Contractor shall obtain copies directly from publication source. D. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in Specifications or other Contract Documents, they mean recognized name of the trade association, standards-generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. Refer to "Encyclopedia of Associations", published by Gale Research Co., available in most libraries. 1.4 GOVERNING REGULATIONS AND AUTHORITIES A. Engineer has contacted authorities having jurisdiction where necessary to obtain information to prepare Contract Documents. Contact authorities having jurisdiction directly for information and decisions regarding Work. 1.5 SUBMITTALS I REFERENCE STANDARDS AND DEFINITIONS Rev. 02/15/96 01095 - 2 PLANK REPLCEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 A. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, and similar documents, correspondence, and records established in conjunction with compliance with standards and regulations bearing upon performance of Work. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01095 r r �r REFERENCE STANDARDS AND DEFINITIONS Rev. 02/15/96 01095 - 3 L PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01200 -PROJECT MEETINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for project meetings including but not limited to: 1. Pre-Construction Conference. 2. Coordination Meetings. 3. Progress Meetings. B. Construction schedules are specified in another Division l Section. 1.3 PRE-CONSTRUCTION CONFERENCE A. Schedule pre-construction conference and organizational meeting at Project site or other convenient location no later than 15days after execution of Agreement and prior to commencement of construction activities. Conduct meeting to review responsibilities and personnel assignments. B. Attendees: Owner, Engineer, Contractor and its superintendent, major subcontractors, manufacturers, suppliers and other concerned parties shall each be represented at conference by persons familiar with and authorized to conclude matters relating to Work. C. Agenda: Discuss items of significance that could affect progress including such topics as: 1. Tentative construction schedule. 2. Critical Work sequencing. 3. Designation of responsible personnel. 4. Procedures for processing field decisions and Change Orders. 5. Procedures for processing Applications for Payment. 6. Distribution of Contract Documents. 7. Submittal of Shop Drawings, Product Data and Samples. 8. Preparation of record documents. 9. Use of premises. 10. Office, Work and storage areas. lir 11. Equipment deliveries and priorities. lit 12. Safety procedures. 13. First aid. r 14. Security. 15. Housekeeping. PROJECT MEETINGS 01200- 1 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 16. Working hours. 1.4 PROGRESS MEETINGS A. Conduct progress meetings at Project site at regularly scheduled intervals. Notify Owner and Engineer of scheduled meeting dates. Coordinate dates of meetings with preparation of payment request. B. Attenders: In addition to representatives of Owner and Engineer each subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings by persons familiar with Project and authorized to conclude matters relating to progress. C. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to current status of Project. 1. Contractor's Construction Schedule: Review progress since last meeting. Determine where each activity is in relation to Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within Contract Time. 2. Review present and future needs of each entity present, including such items as: a. Interface requirements. b. Time. c. Sequences. d. Deliveries. e. Off-site fabrication problems. f. Access. g. Site utilization. h. Temporary facilities and services. i. Hours of Work. j. Hazards and risks. k. Housekeeping. 1. Quality and Work standards. m. Change Orders. n. Documentation of information for payment requests. o. Safety. p. Request for Information Log status. q. Change Proposal Request Log status. r. Record Drawing information. s. Submittals Log status. t. Daily Construction Reports. PROJECT MEETINGS 01200-2 r [ff PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 D. Reporting: No later than 3 days after each progress meeting date, distribute copies of minutes of meeting to each party present and to other parties who,should have been present. Include brief summary, in narrative form, of progress since previous meeting and report. 1. Schedule Updating: Revise construction schedule after each progress meeting where revisions to schedule have been made or recognized. Issue revised schedule concurrently with report of each meeting. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION(Not Applicable) END OF SECTION 01200 r F F F PROJECT MEETINGS 01200- 3 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01300 -SUBMITTALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, includin General and Supplementary Conditions Ih and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for submittals required for performance of Work, including: 1. Contractor's construction schedule. 2. Submittal schedule. 3. Daily construction reports. 4. Shop Drawings. B. Administrative Submittals: Refer to other Division 1 Se tions and other Contract Documents for requirements for administrative submittals. Such submi tals include, but are not limited to: 1. Permits. PP 2. Applications for payment. 3. Performance and payment bonds. 4. Insurance certificates. FP 5. List of Subcontractors. C. Schedule of Values submittal is included in Section "Apilications for Payment." 1.3 RELATED SECTIONS A. Following Sections contain requirements that relate to s Section: 1. Division 1 Section "Applications for Payment" s cifies requirements for submittal of the Schedule of Values. 2. Division 1 Section "Coordination" specifies requirements governing preparation and submittal of required Coordination Drawings. 3. Division 1 Section"Project Meetings" specifies requirements for submittal and distribution of meeting and conference minutes. !,P 4. Division 1 Section"Quality Control" specifies requirements for submittal of inspection and test reports. 5. Division 1 Section "Contract Closeout" specifies requirements for submittal of Project Record Documents and warranties at project closeout. IP 1.4 DEFINITIONS SUBMITTALS Rev. 02/15/96 01300-1 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 A. Coordination Drawings show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or to function as intended. 1. Preparation of Coordination Drawings is specified in Division 1 Section "Coordination" and may include components previously shown in detail on Shop Drawings or Product Data. B. Field samples are full-size physical example erected on site to illustrate finishes, coatings, or finish materials. Field samples are used to establish the standard by which the Work will be judged. 1.5 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of Work so processing will not be delayed by need to review submittals concurrently for coordination. a. Engineer reserves right to withhold action on submittal requiring coordination with other submittals until related submittals are received. 3. Processing: To avoid need to delay installation as result of time required to process submittals, allow sufficient time for submittal review, including time for resubmittals. a. Allow two weeks for initial review. Allow additional time if Engineer must delay processing to permit coordination with subsequent submittals. b. If an intermediate submittal is necessary, process same as initial submittal. c. Allow two weeks for reprocessing each submittal. d. No extension of Contract Time will be authorized because of failure to transmit submittals to Engineer sufficiently in advance of Work to permit processing. B. Submittal Preparation: Place permanent label or title block on each submittal for identification. Indicate name of entity that prepared each submittal on label or title block. 1. Provide space approximately 4 in. x 5 in. on label or beside title block on Shop Drawings to record Contractor's review and approval markings and action taken. 2. Include following information on label for processing and recording action taken. a. Project name. b. Date. c. Name and address of Engineer. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from Contractor to Engineer using transmittal form. Engineer will not accept submittals received from sources other than Contractor. SUBMITTALS Rev. 02/15/96 01300-2 3 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1. On transmittal, record relevant information and r quests for data. On form, or separate sheet, record deviations from Contract Documen requirements, including variations and limitations. Include Contractor's certification t information complies with Contract Document requirements. 2. Transmittal Form: Use AIA Document G 810. I 1.6 CONTRACTOR'S CONSTRUCTION SCHEDULE 111. A. Bar-Chart Schedule: Prepare fully developed, horizontal r-chart type Contractor's construction schedule. Submit within 10 days of date established for "Commencement of the Work." 1. Provide separate time bar for each significant co truction activity. Provide continuous vertical line to identify first working day of each {Week. Use same breakdown of units of Work as indicated in "Schedule of Values." 2. Within each time bar indicate estimated completion percentage in 10 percent increments. As Work progresses, place contrasting mark in ch bar to indicate Actual Completion. 3. Prepare schedule on a sheet, or series of sh ts, of stable transparency, or other pi reproducible media, of sufficient width to show ta for entire construction period. 4. Secure time commitments for performing critical e ements of Work from parties involved. Coordinate each element on schedule with othe construction activities; include minor PP elements involved in sequence of Work. Show ea h activity in proper sequence. Indicate graphically sequences necessary for completion o related portions of Work. 5. Coordinate Contractor's construction schedule withschedule of values, list of subcontracts, PP submittal schedule, progress reports, payment requests and other schedules. 6. Indicate completion in advance of date established for Substantial Completion. Indicate Substantial Completion on schedule to allow time for Engineer's procedures necessary for IPcertification of Substantial Completion. B. Distribution: Following response to initial submittal, rint and distribute copies to Engineer, Owner, subcontractors, and other parties required to c ply with scheduled dates. Post copies in Project meeting room and temporary field office. 1. When revisions are made, distribute to same panties and post in same locations. Delete parties from distribution when they have completed their assigned portion of Work and are no longer involved in construction activities. C. Schedule Updating: Revise schedule after each meeting or activity, where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting. gm 1.7 SUBMITTAL SCHEDULE A. After development and acceptance of Contractor's nstruction schedule, prepare complete schedule of submittals. Submit schedule within 10 da s of date required for establishment of stA Contractor's construction schedule. 1. Coordinate submittal schedule with list of subcontracts, schedule of values and list of 'P products as well as Contractor's construction schedule. 2. Prepare schedule in chronological order. Provide following information: a. Scheduled date for the first submittal. O SUBMITTALS Rev. 02/15/96 01300-3 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 b. Related Section number. c. Submittal category (Shop Drawings, Product Data, or Samples). d. Name of subcontractor. e. Description of the part of the Work covered. f. Scheduled date for resubmittal. g. Scheduled date for Engineer's final release or approval. B. Distribution: Following response to initial submittal, print and distribute copies to Engineer, Owner, subcontractors, and other parties required to comply with submittal dates indicated. Post copies in Project meeting room and field office. 1. When revisions are made, distribute to same parties and post in same locations. Delete parties from distribution when they have completed their assigned portion of Work and are no longer involved in construction activities. C. Schedule Updating: Revise schedule after each meeting or activity where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting. 1.8 DAILY CONSTRUCTION REPORTS A. Prepare daily construction report, recording following information concerning events at site; and 3 submit duplicate copies to Engineer at weekly intervals: 1. List of subcontractors at site. 2. Approximate count of personnel at site. I 3. High and low temperatures, general weather conditions. 4. Accidents and unusual events. 5. Meetings and significant decisions. 6. Stoppages, delays, shortages, losses. 7. Orders and requests of governing authorities. 8. Change Orders received, implemented. 1.9 SHOP DRAWINGS A. Submit newly prepared information, drawn to accurate scale. Highlight, encircle, or otherwise I clearly indicate deviations from Contract Documents. Do not reproduce Contract Documents or copy standard information as basis of Shop Drawings. Standard information prepared without specific reference to Project is not a Shop Drawing. B. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. Include following information: 1. Dimensions. 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full- size Drawings, submit Shop Drawings on sheets at least 8-1/2 in. x 11 in. but no larger than 36 in. x 48 in. SUBMITTALS Rev. 02/15/96 01300-4 p. PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 7. Initial Submittal: Submit one correctable, translucent, reproducible print and one blue-or black-line print for Engineer's review. Engineer Will return the reproducible print. 8. Final Submittal: Submit 3 blue- or black-line prints; submit 5 prints where required for maintenance manuals. Engineer will retain 2 prints and return remainder. 9. Final Submittal: Submit 3 blue-or black-line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by Engineer for distribution. Engineer will retain 2 prints and return remainder 1.10 ENGINEER'S ACTION A. Except for submittals for the record or information, where action and return is required, Engineer will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. B. Action Stamp: Engineer will stamp each submittal with la uniform, action stamp. Engineer will mark the stamp appropriately to indicate the action taker, as follows: 1. Final Unrestricted Release: When Engineer marks,a submittal "No Exception Taken," the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final payment depends on that compliance. 2. Final-But-Restricted Release: When Engineer mg a submittal "Make Corrections Noted," the Work covered by the submittal may pro provided it complies with notations or corrections on the submittal and requirements of the Contract Documents. Final payment depends on that compliance. 3. Returned for Resubmittal: When Engineer marks a submittal "Revise and Resubmit," do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. Repeat if necessary to obtain different action mark. 116 4. Rejected: When submittal is marked "Rejected," cdntact Engineer. Do not proceed with that part of Work covered by submittal, including purchasing, fabrication, delivery, or other activity. a. Do not use, or allow others to use, submittals marked "Revise and Resubmit" or "Rejected" at the Project Site or elsewhere where Work is in progress. 5. Other Action: Where a submittal is for informationor record purposes or special processing or other activity, Engineer will return the submittal marked "Action Not Required." C. Unsolicited Submittals: Engineer will return unsolicited submittals to the sender without action. PART 2 -PRODUCTS (Not Applicable). is PART 3 -EXECUTION (Not Applicable). IP END OF SECTION 01300 IP SUBMITTALS Rev. 02/15/96 01300-5 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01400 - QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for quality control services. B. Quality control services include inspections and tests land related actions including reports, performed by independent agencies, governing authorities, and the Contractor. They do not include Contract enforcement activities performed by E ' 'neer. C. Inspection and testing services are required to verify co pliance with requirements specified or indicated. These services do not relieve the Contracto of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality control requirements for individ 11 construction activities are specified in the Sections that specify those activities. Those equirements, including inspections and tests, cover production of standard products a well as customized fabrication and installation procedures. 2. Inspections, test and related actions specified are not intended to limit the Contractor's r quality control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for the Contractor to provide quality control services required by Engineer, Owner, or authorities having jurisdiction are not limited by provisions of this Section. FP E. Related Sections: Following Sections contain requiremehts that relate to this Section: 1. Division 1 Section"Cutting and Patching" specifies)requirements for repair and restoration of construction disturbed by inspection and testing activities. or 2. Division 1 Section "Submittals" specifies requirements for development of a schedule of required tests and inspections. 1.3 RESPONSIBILITIES A. Contractor Responsibilities: 1. Retesting: Contractor is responsible for retesting where results of required inspections, tests or similar services prove unsatisfactory and do not indicate compliance with Contract Document requirements, regardless of whether the original test was the Contractor's responsibility. QUALITY CONTROL 01400 - 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 a. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original construction. 2. Associated Services: Cooperate with agencies performing required inspections, tests and similar services and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include but are not limited to: a. Provide access to the Work. b. Furnish incidental labor and facilities necessary to facilitate inspections and tests. c. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. d. Provide facilities for storage and curing of test samples. e. Deliver samples to testing laboratories. f. Provide the agency with a preliminary design mix proposed for use for material mixes that require control by the testing agency. g. Provide security and protection of samples and test equipment at the Project Site. B. Owner Responsibilities: Owner will provide inspections, tests and similar quality control services specified to be performed by independent agencies and not by the Contractor, except where they are specifically indicated as the Contractor's responsibility or are provided by another identified entity. Costs for these services are not included in the Contract Sum. I 1. Owner will employ and pay for the services of an independent agency, testing laboratory or other qualified firm to perform services which are the Owner's responsibility. C. Coordination: Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate the sequence of activities to accommodate required services with a minimum of delay. In addition Contractor and each agency shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1. Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. 1.4 SUBMITTALS I A. Testing Agency shall submit a certified written report of each inspection, test or similar service, to Engineer, in duplicate, unless Contractor is responsible for the service. If Contractor is responsible for the service, submit a certified written report of each inspection, test or similar service through the Contractor, in duplicate. 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. 2. Report Data: Written reports of each inspection, test or similar service shall include, but not be limited to: a. Date of issue. b. Project title and number. c. Name, address and telephone number of testing agency. QUALITY CONTROL 01400-2 I r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspectidn or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and interpretations of test rest j. Ambient conditions at the time of sample-taking and testing. k. Comments or professional opinion as to whether inspected or tested Work complies with Contract Document requirements. • I. Name and signature of laboratory inspector. m. Recommendations on retesting. 1.5 QUALITY ASSURANCE A. Qualification for Testing Agencies: Engage testing agencies, including independent testing laboratories, which are prequalified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which specialize in the types of inspections and tests to performed. 1. Each independent testing agency engaged on the roject shall be authorized by authorities having jurisdiction to operate in the State in whit whici the Project is located. PART 2 -PRODUCTS (Not Applicable). PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample-taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. Comply', with Contract Document requirements for "Cutting and Patching." B. Protect construction exposed by or for quality control service activities, and protect repaired construction. C. Repair and protection is the Contractor's responsibility, regardless of the assignment of Irk responsibility for inspection, testing or similar services. bib END OF SECTION 01400 116 QUALITY CONTROL 01400- 3 PLANK REPLACEMENT FOR ; CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01500 -TEMPORARY FACILITIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes requirements for construction facilities and temporary controls, including temporary utilities, support facilities, and security and protection. B. Temporary utilities required include but are not limited tp the following: 1. Temporary electric power and light. 2. Telephone service. 3. Sanitary facilities, including drinking water. C. Support facilities include, but are not limited to, the following: 1. Field offices and storage sheds. 2. Waste disposal services. 3. Construction aids and miscellaneous services and iacilities. D. Security and protection facilities include, but are not limited to, the following: RP 1. Temporary fire protection. 2. Barricades, warning signs, lights. 3. Environmental protection. 1.3 PROJECT CONDITIONS A. Conditions of Use: Keep temporary services and facilitieS clean and neat in appearance. Operate in safe and efficient manner. Relocate temporary service S and facilities as Work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on site. PART 2 - PRODUCTS 2.1 EQUIPMENT irk A. General: Provide new equipment; if acceptable to Engineer, undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. !IP TEMPORARY FACILITIES 01500- 1 • I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS 1 RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 B. Water Hoses: Provide 3/4" heavy-duty, abrasion-resistant, flexible rubber hoses 100 ft. long, with pressure rating greater than maximum pressure of water distribution system; provide adjustable shut-off nozzles at hose discharge. C. Electrical Outlets: Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground-fault circuit interrupters, reset button and pilot light, for connection of power tools and equipment. D. Electrical power cords: provide grounded extension cords; use "hard-service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords, if single lengths will not reach areas where construction activities are in progress. E. Temporary Offices: Provide prefabricated or mobile units or similar job-built construction with lockable entrances, operable windows and serviceable finishes. Provide heated and air- conditioned units on foundations adequate for normal loading. F. Temporary Toilet Units: Provide self-contained single-occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed with a glass fiber reinforced polyester shell or similar nonabsorbent material. G. First Aid Supplies: Comply with governing regulations. H. Fire Extinguishers: Provide hand-carried, portable UL-rated, class "A" fire extinguishers for temporary offices and similar spaces. In other locations provide hand-carried, portable, UL-rated, class "ABC" dry chemical extinguishers, or a combination of extinguishers of NFPA recommended classes for the exposures. 1. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. I. Temporary Fuel Tanks: Comply with all applicable safety and environmental regulations for temporary surface fuel tanks. Location and installation shall be subject to review and approval of Engineer and Fire Marshall. PART 3 -EXECUTION 3.1 INSTALLATION A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed, or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION TEMPORARY FACILITIES 01500-2 PLANK REPLACEMENT FORCONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where the company provides only part of.the service, provide the remainder with matching, compatible materials and equipment. Complyi, with company recommendations. 1. Arrange with company and existing users for time when service can be interrupted, if necessary, to make connections for temporary set-vices. 2. Provide adequate capacity at each stage of construction. Prior to temporary utility availability, provide trucked-in services. 3. Obtain easements to bring temporary utilities to Site where Owner's easements cannot be used for that purpose. 4. Use Charges: Cost or use charges for temporary facilities are not chargeable to the Owner or Engineer. Neither Owner or Engineer will accept cost or use charges as basis of claims for Change Orders. B. Temporary Electric Power Service: Provide weatherproof, grounded electric power service and tio distribution system of sufficient size, capacity, and pdwer characteristics during construction period. Include meters, transformers, overload protested disconnects, automatic ground-fault PP interrupters and main distribution switch gear. C. Sanitary facilities include temporary toilets, wash facilities, and drinldng-water fixtures. Comply with regulations and health codes for the type, number, location, operation, and maintenance of fixtures and facilities. Install where facilities will best serve the Project's needs. 3.3 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, sanitary facilities and other temporary construction and support facilities for easy access. 1. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. END OF SECTION 01500 p po p TEMPORARY FACILITIES 01500- 3 P PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01600 - MATERIALS AND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this section. r 1.2 SUMMARY A. This Section specifies administrative and procedural requirements governing Contractor's selection of products for use in Project. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 1 Section "Reference Standards and Definitions" specifies the applicability of industry standards to products specified. 2. Division 1 Section "Submittals" specifies requirements for submittal of the Contractor's Construction Schedule and the Submittal Schedule;. 1.3 DEFINITIONS A. Definitions used in this Article are not intended to change Meaning of other terms used in Contract Documents, such as "specialties," "systems," "structure " "finishes," "accessories," and similar terms. Such terms such are self-explanatory and have v,.411 recognized meanings in construction industry. 1. "Products"are items purchased for incorporation in Work, whether purchased for Project or taken from previously purchased stock. Term "product" includes terms "material," "equipment," "system," and terms of similar intent. ra. "Named Products" are items identified by Manufacturer's product name, including make or model designation, indicated in manufacturer's published product literature, that is current as of date of Contract Docurnents. 2. "Materials" are products that are substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or in$talled to form part of Work. 3. "Equipment"is a product with operational parts, whether motorized or manually operated, that requires service connections such as wiring or piping. 1.4 SUBMITTALS A. Product List: Prepare list showing products specified in tabular form acceptable to Engineer. Include generic names of products required. Include manufacturer's name and proprietary product names for each item listed. MATERIALS AND EQUIPMENT 01600 - 1 its ii. 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1. Coordinate product list with Contractor's Construction Schedule and Schedule of Submittals. 2. Form: Prepare product list with information on each item tabulated under following column headings: a. Related Specification Section number. b. Generic name used in Contract Documents. c. Proprietary name, model number and similar designations. d. Manufacturer's and name and address. 3 e. Supplier's name and address. f. Installer's name and address. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle products according to manufacturer's recommendations, using means 1 and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at site and to prevent overcrowding of construction spaces. I 2. Coordinate delivery with installation time to ensure minimum holding time for items that are easily damaged, or sensitive to deterioration, theft and other losses. 3. Deliver products to site in an undamaged condition in manufacturer's original sealed 111 container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting and installing. 4. Inspect products upon delivery to ensure compliance with Contract Documents, and to ensure that products are undamaged and properly protected. 5. Store products at site in manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from Project structure in manner that will not endanger supporting construction. 7. Store products subject to damage by elements above ground, under cover in weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions. B. Off-site storage: If Contractor intends to request payment for bulky items such as precast concrete pieces that are manufactured specifically for Project, but stored off-site, submit procedures for identifying and safeguarding these items, as well as payment request procedures, to Owner for its review prior to manufacture or purchase. PART 2-PRODUCTS 2.1 PRODUCT SELECTION 3 A. General Product Requirements: Provide products that comply with Contract Documents, that are undamaged and, unless otherwise indicated, new at time of installation. MATERIALS AND EQUIPMENT 01600- 2 3 fp p PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 B. Product Selection Procedures: Product selection is governed by Contract Documents and governing regulations, not by previous Project experience. Procedures governing product selection include following: 1. Proprietary Specification Requirements: Where only a single product or manufacturer is named, provide product indicated. No substitutions will be permitted. PART 3 - EXECUTION 3.1 INSTALLATION OF PRODUCTS: A. Comply with manufacturer's instructions and recomiiendations for installation of products in applications indicated. Anchor each product securely in Place, accurately located and aligned with other Work. 1. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. ' END OF SECTION 01600 r p MATERIALS AND EQUIPMENT 01600 - 3 F r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01631 - PRODUCT SUBSTITUTIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of Contract. B. Contractor's Construction Schedule and Schedule of Submittals are included under Section "Submittals." C. Standards: Refer to Section "Definitions and Standards" for applicability of industry standards to products specified. D. Procedural requirements governing Contractor's selection of products and product options are included under Section "Materials and Equipment." E. Engineer's policy is to reject requests for substitution unless paragraph "Substitutions" under Article "Definitions" applies. Vendors wishing inclusion in Engineer's master specification: contact Engineer for procedure. 1.3 DEFINITIONS A. Definitions used in this Article are not intended to change or modify meaning of other terms used in Contract Documents. B. Substitutions: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by Contractor after award of Contract are • considered requests for "substitutions." Following are not considered substitutions: 1. Revisions to Contract Documents requested by Owner or Engineer. 2. Specified options of products and construction methods included in Contract Documents. IR 3. Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.4 SUBMITTALS A. Substitution Request Submittal: Requests for substitution will be considered if received within 60 days after commencement of Work. Requests received more than 60 days after commencement 11, 1 of Work may be considered or rejected at discretion of Engineer. big 1. Submit 3 copies of each request for substitution for consideration. Submit requests on forms included at end of this Section and in accordance with procedures required for Change Order proposals. PRODUCT SUBSTITUTIONS 01631 - 1 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 2. Identify product, or fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. Provide complete documentation showing compliance with requirements for substitutions, and the following information, as appropriate: a. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. b. Samples, where applicable or requested. c. Detailed comparison of significant qualities of proposed substitution with those of Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. d. Coordination information, including list of changes or modifications needed to other parts of Work and to construction performed by Owner and separate Contractors, that will become necessary to accommodate proposed substitution. e. Statement indicating substitution's effect on Contractor's Construction Schedule compared to schedule without approval of substitution. Indicate effect of proposed substitution on overall Contract Time. f. Cost information, including proposal of net change, if any in Contract Sum. g. Certification by Contractor that substitution proposed is equal-to or better in every significant respect to that required by Contract Documents, and that it will perform adequately in application indicated. Include Contractor's waiver of rights to additional payment or time, that may subsequently become necessary because of failure of substitution to perform adequately. PART 2 -PRODUCTS 2.1 SUBSTITUTIONS A. Conditions: Contractor's substitution request will be received and considered by Engineer when one or more of following conditions are satisfied, as determined by Engineer; otherwise requests will be returned without action except to record noncompliance with these requirements. 1. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with general intent of Contract Documents. 3. Request is timely, fully documented and properly submitted. 4. Specified product or method of construction cannot be provided within Contract Time. Request will not be considered if product or method cannot be provided as result of failure to pursue Work promptly or coordinate activities properly. 5. Specified product or method of construction cannot receive necessary approval by governing3 authority, and requested substitution can be approved. 6. Substantial advantage is offered the Owner, in terms of cost, time, energy conservation or other considerations of merit, after deducting offsetting responsibilities Owner may be3 required to bear. Additional responsibilities for Owner may include additional compensation to Engineer for redesign and evaluation services, increased cost of other construction by Owner or separate Contractors, and similar considerations. PRODUCT SUBSTITUTIONS 01631 -2 r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 7. Specified product or method of construction cannot be provided in manner that is compatible with other materials, and where Contractor certifies that substitution will overcome incompatibility. 8. Specified product or method of construction cannot be coordinated with other materials, and where Contractor certifies that proposed substitution can be coordinated. 9. Specified product or method of construction cannot provide warranty required by Contract Documents and where Contractor certifies that proposed substitution provide required warranty. B. Contractor's submittal and Engineer's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. PART 3 - EXECUTION (Not Applicable). END OF SECTION 01631 PP R tyle MrM ti �+kr PP PRODUCT SUBSTITUTIONS 01631 - 3 Pi 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 REQUEST FOR SUBSTITUTION To: Attention: From: Name of Company Address City, State, Zip Code Phone Fully answer all information requested below. Failure to answer any item may cause rejection of request for substitution. If requested by Engineer, submit information about manufacturer and vendor history, financial stability,distribution and support systems. Use one form for each product requested. Only first product listed will be considered on forms with more than one product listed. Specification Section Number Drawing Number Paragraph Number Detail Number Specified Product: Proposed Substitution: Answer the following questions. Attach an explanation sheet on your company's letterhead when required. Does the proposed substitution affect dimensions indicated on Drawings? No Yes (If yes, explain below). PRODUCT SUBSTITUTIONS 01631 -4 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Does the proposed substitution require changes in Drawings and/or design or installation changes? No Yes If yes, is the cost of these changes included in the proposed amount? No Yes Does the proposed substitution affect other trades? No— Yes (If yes, explain who and how) 66, If the proposed product does affect the work of other trades, has the cost impact on their work been included in the price of the proposed substitution? No Yes Does the proposed product's guarantee differ from that of the specified product's? No Yes (If yes, explain how). Why is this proposal for substitution being submitted? List reasons below. p it4 air Attach a listing of 3 projects using proposed substitution completed within the past 5 years in geographic and climatic region of Project. One of applications shall have been in service for at least 3 years. 1• Attach product data/brochures and Vendor Qualification Form for the specified and substitute product. rt Undersigned has examined Construction Documents, is familiar with specified product, understands indicated Iv application of product, and understands design intent of Engineer. Undersigned states that proposed substitution complies with Construction Documents and will perform at least equally to specified product within limitations PRODUCT SUBSTITUTIONS 01631 -5 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS 1 RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 stated above. Undersigned accepts responsibility for coordinating application and installation of proposed substitution and waives all claims for additional costs resulting from incorporation of proposed substitution into Project or its subsequent failure to perform according to specified requirements. Submitted By: Typed Signature I Date: Vendor Qualification Form Walker Parking Consultants/Engineers, Inc. 1. Statement of Confidentiality: I Walker Parking Consultants/Engineers, Inc. (WPC) will treat any information as confidential which is clearly labeled so. A "clear label" is defined as the word "Confidential" marked in red ink on each and every page desired confidential in letters no less than one half inch high. At most, only two WPC staff will have access to vendor information marked "Confidential", Anthony P. Chrest and his designate. I 2. Statement of WPC's Commitment to Quality: WPC is committed to providing quality service to its clients. As part of this commitment, WPC 1 never makes a promise it cannot keep. WPC requires the same commitment from its vendors, whether direct or indirect. 3. Statement of WPC's Relationship to its Vendors: Mutual trust is the relationship WPC desires with all its vendors. Both WPC and its vendors must realize that trust must be earned over time. Trust is easily damaged and sometimes impossible to recover. 4. Vendor's Organization: I For the product being considered, list the number of employees in: Product manufacture Product sales I Product marketing I PRODUCT SUBSTITUTIONS 01631 -6 I I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 Product R& D Product technical service TOTAL 5. Financial Stability: Provide past five years sales history and current audited financial statement or equivalent documentation of financial stability. 6. Safety and Environment: Define vendor policies. 7. Sales/Service Offices: List all locations. 8. Geographic Markets: List all areas served. 9. Products: On(a) separate sheet(s) for each product, list product name, uses, length of time in service, test data. Provide Material Safety Data Sheet(s). Provide case history data of product use in five major projects within the last two years. 10. Quality Assurance: Define manufacturing program. Define installation program. ko 11. Installation: • By manufacturer? Y N By certified applicators? Y N By approved applicators? Y N !� By any applicator? Y N 12. Comments: F PRODUCT SUBSTITUTIONS 01631 - 7 ■ PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 I 13. Standard Warranty: Provide copy of terms. 14. References: Provide three. Signature: Printed name: Title: Date: Have this statement notarized. Decision of Engineer regarding acceptance or rejection of proposed substitution will be based, at least in part, on information supplied above and in attached explanations and product data. I I I I I I PRODUCT SUBSTITUTIONS 01631 -8 r Ir" PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 01700 -PROJECT CLOSEOUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for project closeout, including but not limited to: 1. Inspection procedures. 2. Project record document submittal. 3. Operating and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in appropriate Sections in Divisions 2 through 16. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete following. List exceptions in request. 1. In Application for Payment that coincides with, or first follows, date Substantial Completion is claimed, show 100 percent completion for portion of Work claimed as substantially complete. Include supporting documentation for'completion as indicated in these Contract Documents and statement showing an accounting of changes to Contract Sum. tri a. If 100 percent completion cannot be shown, include list of incomplete items, value of incomplete construction, and reasons Work is not complete. 2. Advise Owner of pending insurance change-over requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents. IP B. Inspection Procedures: On receipt of request for inspection, Engineer will either proceed with inspection or advise Contractor of unfilled requirements. Engineer will prepare Certificate of Substantial Completion following inspection, or advise Contractor of construction that must be completed or corrected before certificate will be issued. 1. Engineer will repeat inspection when requested and assured that Work has been substantially PP completed. !I� PROJECT CLOSEOUT 01700- 1 itta r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 02000 -WORK ITEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. PART 2- PRODUCTS (Not applicable) PART 3 -EXECUTION WI 1.0 GENERAL REQUIREMENTS WI 1.1 MOBILIZATION PP A. Scope of Work 1. Work consists of coordinating, scheduling, obtaining and assembling at construction site °PP all equipment, materials, permits, supplies, manpower and other essentials and incidentals necessary to perform Work defined ib this Contract. Payment of lump sum amount for mobilization shall be according to following schedule and shall be based on percentage of original contract amount earned. B. Materials 1. None C. Execution 1. At execution of agreement by all parties, payment of not more than 25% of mobilization lump sum amount. 2. When amount earned is greater than 10% but less than 25% of original contract amount, an additional amount will be paid to bring total payment for mobilization to 50% of mobilization lump sum amount. IP 3. When amount earned is equal to or greater than 25% but less than 50% of original contract amount, an additional amount will be paid to bring total payment for mobilization to 75% of mobilization lump sum amount. 4. When amount earned is equal to or greater than 50% of original contract amount, an additional amount will be paid to bring total payment for mobilization to 100% of mobilization lump sum amount. WI 2.0 SITE PREPARATION WI 2.1 PRECAST PLANK REMOVAL WORK ITEMS 02000- 1 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 A. Scope of Work Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and remove existing precast planks and prepare bearing areas for new precast planks. This includes planks that have fallen into the river. B. Materials None C. Execution 1. Contractor shall locate and mark all areas of plank removal as shown on the drawings. 2. Existing precast plank shall be removed from within marked boundaries and legally disposed of. 3. Removal of existing asphalt surface course shall be included with the cost of precast plank removal. 4. Engineer shall inspect all bearing areas prior to installation of new precast planks. 5. Any debris that falls into the river shall be removed at no additional cost to the Owner. WI 2.2 CURB REMOVAL A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and remove existing cast-in-place curbs in order to remove existing precast planks. B. Materials None C. Execution 1. Contractor shall locate and mark all curbs that are removed, as shown on the drawing. 2. Curbs to be removed from within marked boundaries and legally disposed of. 3. Any curb debris that falls into the river shall be removed at no additional cost to the Owner. • WI 2.3 SIDEWALK REMOVAL 3 A. Scope of Work Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and remove existing cast-in-place sidewalks in order to remove existing precast planks. B. Materials None C. Execution 1. Contractor shall locate and mark all sidewalks that are removed, as shown on the drawing. 2. Sidewalks to be removed from within marked boundaries and legally disposed of. 3. Any curb debris that falls into the river shall be removed at no additional cost to the Owner. WORK ITEMS 02000-2 L PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 IP WI 2.4 LANDSCAPE REMOVAL A. Scope of Work 1. Work consists of furnishing gall labor, materials, equipment, supervision and incidentals necessary to remove existing soil and vegetation in order to remove existing precast planks. B. Materials None C. Execution 1. Contractor shall locate and layout area that is removed. Areas of removal are shown on the drawings. 2. Soil and vegetation shall be removed from are and adjacent area and stockpiled at an on PP grade location, adjacent to the site. 3. Contractor shall take precaution to prevent any soil from falling into the river during plank replacement. 4. Contractor shall replace soil after new planks and waterproofing work has been completed. WI 3.0 FLOOR REPAIR WI 3.1 PRECAST PLANK REPLACEMENT IP A. Scope of Work Work consists of furnishing gall labor, materials, equipment, supervision and incidentals necessary to have fabricated, and install new precast planks. ow B. Materials • Precast plank materials shall be fabricated and installed as specified in Section"Structural Precast Concrete -Plant Cast". woo C. Execution otw 1. Contraction shall remove existing plank in accordance with Work Item 2.1. 2. Installation of planks shall be in strict accordance with manufacturer requirements. 3. Loading on existing deck area shall not exceed 6,000 lbs. for equipment and/or materials. WI 3.2 CURB REPLACEMENT .44 A. Scope of Work ow This work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to construct new curbs. Refer to drawing for additional requirements. B. Materials The materials shall be cast-in-place concrete as specified in "Concrete Toppings". WORK ITEMS 02000- 3 O I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1 C. Execution 1. Contractor shall layout and mark curbs on the newly installed waterproofing membrane and protection board. 2. Contractor shall place finish and cure concrete curbs as specified in section"Concrete Toppings". 3. Contractor shall remove formwork and install control joints, as shown on the drawings. 3.3 SIDEWALK REPLACEMENT A. Scope of Work This Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to construct new sidewalks. Refer to Drawings for specific requirements. B. Materials The material shall be cast-in-place concrete as specified in Section"Concrete Toppings". C. Execution 1. Contractor shall layout and mark sidewalk on the newly installed waterproofing membrane and protection board. Contractor shall install formwork and reinforcement. 2. Contractor shall place, finish and cure concrete sidewalk as specified in section "Concrete Topping". 3. Contractor shall remove formwork and install control joints as shown on Drawings. 4. Control joint sealant on sidewalk is included in this Work Item. 5. Removal and replacement of steel railing is part of this Work Item. WI 3.4 WATERPROOFING MEMBRANE A. Scope of Work Work consists of furnishing all labor, materials, equipment, supervision and incidentals, including installation of joint sealant materials, necessary to prepare existing floor surface and install waterproofing membrane, as shown on Drawings. Coating of all vertical surfaces and sealing of cracks within Work areas shall be incidental to installation of waterproofing. B. Materials Approved materials for use in this Work are as specified in Section"Waterproofing System". 3 C. Execution 1. Floor surface preparation shall be performed by coating system applicator or under its direct supervision. 2. Waterproofing membrane shall be installed by licensed applicators in strict accordance with manufacturer's recommendations and referenced specification section "Waterproofing System" Article"Materials", above. Crack preparation, including installation of joint sealant material where required, is incidental to waterproofing. WI 3.5 ASPHALT OVERLAY WORK ITEMS 02000-4 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 • A. Scope of Work Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to install an asphalt overlay on a waterproof membrane, as shown on Drawings. B. Materials Approved materials for use in this Work are as specified in Section"Hot Mixed Asphalt Paving". C. Execution 1. Preparation of the waterproofing surface shall be coordinated with the Contractor. 2. Equipment and/or material shall not exceed 6,000 lbs. On the new or old deck area. 3. Asphalt surface shall be thoroughly cured and striped prior to Work areas being returned to service. PP WI 10.0 EXPANSION JOINT REPLACEMENT L WI 10.4 METAL EDGE EXPANSION JOINT -FLOOR TO FLOOR PP A. Scope of Work Work consists of furnishing all labor, materials, equipgnent, supervision and incidentals �r necessary to furnish and install new expansion joint system. Refer to Drawings for specific requirements. B. Materials Expansion joint system materials shall be as specified on Drawings and installed in strict it accordance with manufacturer's recommendations. C. Execution P„ Joint materials and associated reference specifications are listed on the Drawings. Joint installation procedures shall be in accordance with referenced specifications and manufacturer's recommendations. WI 22.0 STRUCTURAL STEEL WI 22.1 REMOVAL AND REPLACEMENT OF STEEL RAILING PP A. Scope of Work Work consists of furnishing all labor, materials, equipment, supervision and incidentals PI necessary to remove and to reinstall the existing steel railing where new sidewalks are being installed. The cost of this work shall be included within WI 3.3 "Sidewalk Replacement". B. Materials None 44. C. Execution 1. Contractor shall locate and mark areas of railing removal. PP 2. Storage of the railing shall be within the work limits. 3. Reinstallation of the railing shall be with the size and type of anchorage devices. WORK ITEMS 02000-5 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS I RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 4. Any damage to the railing during removal, storage or reinstallation, shall be repaired to its original condition. WI 23.0 PAINTING WI 23.1 PAINT TRAFFIC MARKINGS A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate, layout and paint parking stall stripes and traffic markings. 2. Stripes shall match all existing marks and be provided at same locations. B. Materials Painting materials shall be as specified in Section "Pavement Marking." C. Execution 1. Contractor shall prepare drawing of existing parking layout in repair areas prior to starting with repairs. Contractor shall note stall width, angle of parking, directional traffic arrows, etc. 2. Contractor shall locate and layout Work areas as indicated on Drawings and shall match existing pavement markings. 3. Engineer shall inspect all layout and surface preparation for conditions in accordance with Section"Pavement Marking." 4. Paint materials and associated referenced specifications are listed in Article "Materials, " above. Procedures shall be in accordance with referenced specifications. WI 24.0 ELECTRICAL • WI 24.1 REMOVAL AND REPLACEMENT OF ELECTRICAL FIXTURE AND CONDUIT. A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals to disconnect electrical service to existing light fixtures and temporary removal of conduit and wiring from all work areas. B. Materials None C. Execution 1. Disconnect electrical conduits and power service from light fixtures in designated work areas. 2. Remove and store light fixtures, conduits, wiring, etc. on site. 3. Reinstall light fixtures, conduits, wiring, etc. back to original locations after plank replacement is completed. 4. Testing of the reinstallation shall be in accordance with applicable codes and standards. END OF SECTION 02000 WORK ITEMS 02000-6 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 02070-SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS L A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY 110 A. This Section includes the following: 1. Demolition and removal of selected structural elements. Ps 2. Patching and repairs. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 1 Section "Summary of Work" for use of the building and phasing requirements. poi 2. Division 1 Section "Cutting and Patching" for cutting and patching procedures for selective demolition operations. 3. Division 1 Section "Schedules and Reports" for selective demolition schedule requirements. 0. 4. Division 1 Section"Construction Facilities and Temporary Controls" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and environmental protection measures for selective derholition operations. 5. Division 1 Section "Contract Closeout" for record document requirements. P. 1.3 DEFINITIONS A. Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Owner's property. B. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in the same locations or in locations indicated. C. Existing to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and reinstalled in their original locations. 1.4 MATERIALS OWNERSHIP 1P A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site with further disposition at the Contractor's option. FP • SELECTIVE DEMOLITION 02070- 1 PP I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1.5 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections, for information only, unless otherwise indicated. B. Proposed dust-control measures. C. Proposed noise-control measures. D. Schedule of selective demolition activities indicating the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. E. Record drawings at Project closeout according to Division 1 Section "Contract Closeout." 1. Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions. 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: Engage an experienced firm that has successfully completed selective demolition Work similar to that indicated for this Project. B. Regulatory Requirements: Comply with governing EPA notification regulations before starting selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Predemolition Conference: Conduct conference at Project site to comply with preinstallation conference requirements of Division 1 Section "Project Meetings." PART 2 -PRODUCTS (Not Applicable) 2.1 REPAIR MATERIALS A. Use repair materials identical to existing materials. 1. Where identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2. Use materials whose installed performance equals or surpasses that of existing materials. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. SELECTIVE DEMOLITION 02070- 2 r • PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with the intended function or design are encountered, investigate and measure the nature and extent of the conflict. Promptly submit a written report to Engineer. E. Survey the condition of the structure to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during selective demolition. F. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES k- A. Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Do not interrupt existing utilities serving occupied or operating facilities, except when authorized in writing by Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to governing PIP authorities. a. Provide not less than 24 hours' notice to Owner if shutdown of service is required during changeover. B. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services serving building to be selectively demolished. 1. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. Arrange to shut off indicated utilities with utility companies. 3. Where utility services are required to be removed, relocated, or abandoned, provide bypass connections to maintain continuity of service to other parts of the building before proceeding with selective demolition. 4. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit after bypassing. 3.3 PREPARATION A. Conduct demolition operations and remove debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. B. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and tw facilities to remain. Ensure safe passage of people around selective demolition area. ito SELECTIVE DEMOLITION 02070 - 3 PR I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS 1 RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 2. Protect existing site improvements, appurtenances, and landscaping to remain. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain and are exposed during selective demolition operations. 3.4 POLLUTION CONTROLS A. Use water mist, temporary enclosures, and other suitable methods to limit the spread of dust and dirt. Comply with governing environmental protection regulations. B. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 1. Remove debris from elevated portions of structure by hoist, or other device that will convey debris to grade. C. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before start of selective demolition. D. Remove all debris that may fall into the river from selective demolition. 3.5 SELECTIVE DEMOLITION A. Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. To minimize disturbance of adjacent surfaces, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame- I cutting operations. 5. Remove structural framing members by method suitable to avoid free fall and to prevent ground impact or dust generation. 6. Locate selective demolition equipment throughout the structure and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 7. Dispose of demolished items and materials promptly. On-site storage or sale of removed items is prohibited. 8. Return elements of construction and surfaces to remain to condition existing before start of selective demolition operations. 3.6 PATCHING AND REPAIRS SELECTIVE DEMOLITION 02070-4 I !Ps PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 A. Promptly patch and repair holes and damaged surfaces caused to adjacent construction by selective demolition operations. B. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. C. Restore exposed finishes of patched areas and extend finish restoration into adjoining construction to remain in a manner that eliminates evidence of patching and refinishing. 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.8 CLEANING A. Sweep the building broom clean on completion of selective demolition operation. END OF SECTION 02070 r 4is 0 0 • SELECTIVE DEMOLITION 02070 -5 iiA r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 02511 - HOT-MIX ASPHALT PAVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. PP 1.2 SUMMARY PP A. This Section includes the following: 1. Hot-mix asphalt paving. 2. Hot-mix asphalt patching. 3. Pavement-marking paint. B. Related Sections include the following: 1. Division 7 Section "Waterproofing Systems". 1.3 SYSTEM DESCRIPTION A. Provide hot-mix asphalt pavement according to the materials, workmanship, and other applicable requirements of the Standard Specifications of the State of Illinois and City of Elgin. 1. Measurement and payment provisions and safety'program submittals included in standard specifications do not apply to this Section. 1.4 SUBMITTALS A. Product Data: For each product specified. Include technical data and tested physical and performance properties. B. Job-Mix Designs: Certification, by authorities having jurisdiction, of approval of each job mix proposed for the Work. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who has completed hot-mix asphalt paving tit similar in material, design, and extent to that indicated for this Project and with a record of o successful in-service performance. B. Manufacturer Qualifications: Engage a firm experienced in manufacturing hot-mix asphalt similar to that indicated for this Project and with a record of successful in-service performance. 11111 1. Firm shall be a registered and approved paving mix manufacturer with authorities having jurisdiction or with the IDOT of the state in which Project is located. HOT-MIX ASPHALT PAVING 02511 - 1 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 C. Testing Agency Qualifications: Demonstrate to Architect's satisfaction, based on Architect's evaluation of criteria conforming to ASTM D 3666, that the independent testing agency has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if substrate is wet or excessively damp or if the following conditions are not met: - 1. Asphalt Surface Course: Minimum surface temperature of 40 deg F (15.5 deg C) at time of placement. B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F (4 deg C) for oil-based materials, 50 deg F (10 deg C) for water-based materials, and not exceeding 95 deg F (35 deg C). PART 2 -PRODUCTS 2.1 AGGREGATES A. General: Use materials and gradations that have performed satisfactorily in previous installations. B. Coarse Aggregate: Sound; angular crushed stone; crushed gravel complying with ASTM D 692. C. Fine Aggregate: Sharp-edged natural sand or sand prepared from stone; gravel or combinations thereof; complying with ASTM D 1073. 1. For hot-mix asphalt, limit natural sand to a maximum of 20 percent by weight of the total aggregate mass. D. Mineral Filler: Rock or slag dust, hydraulic cement, or other inert material complying with ASTM D 242. 2.2 ASPHALT MATERIALS A. Asphalt Cement: ASTM D 3381 for viscosity-graded material; ASTM D 946 for penetration-graded material. 2.3 MIXES A. Hot-Mix Asphalt: Provide dense, hot-laid, hot-mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in AI's "Mix Design Methods for Asphalt Concrete and Other Hot-Mix Types"; and complying with the following requirements: 1. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Surface Course: As indicated. PART 3 - EXECUTION 3.1 EXAMINATION HOT-MIX ASPHALT PAVING 02511 -2 r E PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 A. Notify Architect in writing of any unsatisfactory conditions. Do not begin paving installation until these conditions have been satisfactorily corrected. 3.2 PATCHING AND REPAIRS A. Patching: Saw cut perimeter of patch and excavate existing pavement section to sound base. 1. Tack coat faces of excavation and allow to cure before paving. kik 2. Fill excavation with dense-graded, hot-mix asphalt base mix and, while still hot, compact flush with adjacent surface. OP ik 3.3 HOT-MIX ASPHALT PLACING A. Machine place hot-mix asphalt mix on prepared surface, spread uniformly, and strike off. Place asphalt mix by hand to areas inaccessible to equipment in a manner that prevents segregation of mix. Place each course to required grade, cross section, and thickness, when compacted. 1. Place hot-mix asphalt surface course in single lift. 2. Spread mix at minimum temperature of 250 deg F(121 deg C). 3 Regulate paver machine speed to obtain smooth, continuous surface free of pulls and tears in asphalt-paving mat. B. Place paving in consecutive strips not less than 10 feet(3 m) wide, except where infill edge strips of a lesser width are required. 1. After first strip has been placed and rolled, place succeeding strips and extend rolling to le overlap previous strips. Complete asphalt base course for a section before placing asphalt surface course. C. Promptly correct surface irregularities in paving course behind paver. Use suitable hand tools to PP remove excess material forming high spots. Fill depressions with hot-mix asphalt to prevent it segregation of mix; use suitable hand tools to smooth surface. !!� 3.4 JOINTS A. Construct joints to ensure continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot-mix asphalt course. r: 1. Clean contact surfaces and apply tack coat. 2. Offset longitudinal joints in successive courses a minimum of 6 inches (150 mm). 3. Offset transverse joints in successive courses a minimum of 24 inches (600 mm). it, 4. Construct transverse joints by bulkhead method or sawed vertical face method as described in Al's "The Asphalt Handbook." to 5. Compact joints as soon as hot-mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. its 3.5 COMPACTION p HOT-MIX ASPHALT PAVING 02511 -3 1 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS I RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without I excessive displacement. Compact hot-mix paving with hot, hand tampers or vibratory-plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F (85 deg C). B. Weight of roller(s) shall not exceed 6,000 lbs. On the deck area. C. Breakdown Rolling: Accomplish breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Repair surfaces by loosening displaced material, filling with hot-mix asphalt, and rerolling to required elevations. D. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling, while hot- mix asphalt is still hot enough to achieve specified density. Continue rolling until hot-mix asphalt course has been uniformly compacted to the following density: 2. Average Density: 96 percent of reference laboratory density according to ASTM D 1559, but not less than 94 percent nor greater than 100 percent. E. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot-mix asphalt is still warm. F. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while still hot, with back of rake or smooth iron. Compact thoroughly using tamper or other satisfactory method. 111 G. Repairs: Remove paved areas that are defective or contaminated with foreign materials. Remove paving course over area affected and replace with fresh, hot-mix asphalt. Compact by rolling to specified density and surface smoothness. H. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. I. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.6 INSTALLATION TOLERANCES I A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Surface Course: Plus 1/4 inch (6 mm), no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot(3-m) straightedge applied transversely or longitudinally to paved areas: 1. Surface Course: 1/8 inch (3 mm). 3.7 FIELD QUALITY CONTROL I A. Testing Agency: Owner will engage a qualified independent testing agency to perform field inspections and tests and to prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested Work complies with or deviates from specified requirements. B. Additional testing, at Contractor's expense, will be performed to determine compliance of corrected Work with specified requirements. HOT-MIX ASPHALT PAVING 02511 -4 I r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 C. Thickness: In-place compacted thickness of hot-mix asphalt courses will be determined according to ASTM D 3549. D. Surface Smoothness: Finished surface of each hot-mix asphalt course will be tested for compliance with smoothness tolerances. E. In-Place Density: Samples of uncompacted paving mixtures and compacted pavement will be secured by testing agency according to ASTM D 979. 1. Reference laboratory density will be determined by averaging results from 4 samples of hot- mix asphalt-paving mixture delivered daily to site, prepared according to ASTM D 1559, and kit compacted according to job-mix specifications. F. Remove and replace or install additional hot-mix asphalt where test results or measurements indicate that it does not comply with specified requirements. END OF SECTION 02511 1101L L a U a a U HOT-MIX ASPHALT PAVING 02511 -5 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 03350 - CONCRETE TOPPINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Sectipn. 1.2 SUMMARY A. This Section includes concrete sidewalk and terraces over previously installed waterproofing PR membrane. B. Types of concrete floor toppings include: p 1. Standard aggregate toppings. C. Related Sections: Following Sections contain requirements that related to this Section: 1. Division 2 Section"Hot-Mix Paving" 2. Division 7 Section"Waterproofing System" PART 2-PRODUCTS U 2.1 CEMENT AND AGGREGATES A. Portland Cement: ASTM C 150, Type I or Type III. B. Normal Weight Aggregate: ASTM C 33, and as follows: 1. Fine aggregate, consisting of sand or crushed stone screening, clean, hard, free of deleterious matter. Grade by weight to pass sieves as follows: a. 3/8-inch: 100 percent itt a. No. 4: 95-100 percent a. No. 8: 80-90 percent a. No. 16: 50-75 percent a. No. 30: 30-50 percent a. No. 50: 10-20 percent a. No. 100: 2-5 percent 2. Coarse aggregate, consisting of gravel or crushed stone, clean, hard, free of deleterious matter. Grade by weight to pass sieves as follow$: a. 1/2-inch: 100 percent. P a. 3/8-inch: 30-50 percent. it CONCRETE TOPPINGS 03350 - 1 ia PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 a. No. 4: 0-15 percent. a. No. 8: 0-5 percent. C. Reinforcement: ASTM A 185, welded steel wire fabric, mats only. Rolls prohibited. 2.2 TOPPING MIX A. Standard Topping: Design mix to produce topping material with the following characteristics: 1. Compressive strength: 4000 psi at 28 days. 2. Slump: 8 inches maximum at point of placement for concrete containing high-range water-reducing admixture (super-plasticizer) and 3 inches maximum for other concrete. 3. Maximum W/C ratio: 0.40 2.3 MIXING A. Provide batch type mechanical mixer for mixing topping material at Project site. Equip batch mixer with a suitable charging hopper, water storage tank, and a water measuring device. Use only mixers that are capable of mixing aggregates, cement, and water into a uniform mix within specified time, and of discharging mix without segregation. B. Mix each batch of 2 cu. yds. or less for at least 1-1/2 minutes after ingredients are in mixer. Increase mixing time 15 seconds for each additional cu. yd. or fraction thereof. 1. Ready-mixed topping may be used when acceptable to Engineer. When acceptable, furnish ready-mixed topping complying with requirements of ASTM C 94. PART 3 -EXECUTION 3.1 PLACING AND FINISHING 1 A. Float Finish: Spread topping mixture evenly over prepared base to the required elevation and strike off. Use highway straightedge, bull float, or darby to level surface. After the topping has stiffened sufficiently to permit the operation, and water sheen has disappeared, float the surface at least twice to a uniform sandy texture. Restraighten where necessary with highway straightedge. The surface shall achieve an F/F of 20 and F/L of 17 tolerance when tested in accordance with ASTM E 1155. Slope for positive drainage. B. Where joints are required, construct to match and coincide with joints in base slab. Provide other joints as shown. C. Trowel Finish: After floating,begin first trowel finish operation. Continue troweling until surface is ready to receive final troweling. Light broom finish. END OF SECTION 03350 CONCRETE TOPPINGS 03350-2 r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 03410 - STRUCTURAL PRECAST CONCRETE -PLANT CAST PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes structural precast concrete units, including the following: 1. Hollow slab units. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 3 Section "Concrete Toppings." 2. Division 7 Section "Waterproofing Systems." C. Others shall perform following related Work: 1. Provision of acceptable access and storage at Site to facilitate precast delivery and installation. 2. Installation of control joint sealant and expansion'joint sealing systems. See Division 7, "Waterproofing Systems." 1.3 SYSTEM DESCRIPTION I A. System described here is intended to perform in corrosive environment without long-term corrosion or other distress. If maintained per manufacturer'S recommendations, system is expected to function satisfactorily for forty years. B. Design structural reinforcement required to resist handling and erection stresses. C. See Drawings for: 1. Precast concrete design strength and reinforcement. 2. Air entrainment. D. All precast concrete pieces require design by precast concrete manufacturer, unless noted 66 otherwise on Drawings. 1.4 SUBMITTALS A. Make submittals in accordance with requirements of Division 1 and as specified in this Section. B. Shop Drawings: 1. Submit Shop Drawings showing complete information for fabrication and installation of precast concrete pieces. Indicate piece dimensions and cross section; location, size, and type of reinforcement, including special reinforcement and lifting devices necessary for handling and erection. STRUCTURAL PRECAST CONCRETE- PLANT CAST 03410- 1 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 2. Show layout, dimensions, and identification of each precast piece corresponding to sequence and procedure of installation. 3. Indicate welded connections by AWS standard symbols. Detail inserts, connections, and joints, including accessories and construction at openings in precast pieces. 4. Show location and details of anchorage devices to be embedded in other construction. 5. Instead of submitting shop drawings for all piece marks, precaster may submit shop drawings for design code piece marks only, with list indicating how design code piece marks are related to others. If precaster elects this option, precaster shall submit preliminary list of design code piece marks for Engineer's acceptance with erection drawing submittal. 6. Where design is required by precast concrete manufacturer, submit design calculations for typical pieces with Shop Drawings to Engineer before production. 7. Show all temporary bearing/shimming requirements needed before permanent bearing installed. C. Erection Certification: 1. Before construction, submit letter of certification from contractor-hired professional engineer registered in state where work to be performed stating that erection sequence and all details for temporary bearing, temporary shimming, guying, staying and shoring all precast pieces have been reviewed and approved by said engineer, who shall be responsible for erection and direction to Contractor during construction phase. 2. If, during construction, modifications are necessary to accommodate other trades, revisions shall be reviewed and certification resubmitted by engineer giving original approval. D. Concrete Mix Design: Before production of precast concrete pieces submit concrete mix design to Engineer. E. Concrete Test Reports (PCI MNL-116): Semi-monthly, during production of precast concrete pieces, submit for Engineer's review reports of testing of concrete used in precast concrete pieces. F. Bearing Pads: Submit affidavit to Engineer certifying that bearing pads conform to Specifications. Submit copy of manufacturer's invoice for all pads. G. Proof of Illinois engineering registration for precast concrete supplier's engineer. H. Proof of Illinois engineering registration for engineer who prepares precast concrete erection plan. I. Proof of certification of precast concrete supplier's plant under Prestressed Concrete Institute plant certification program(and by ICBO Certificate of Compliance)before award of contract. J. Copies of AWS welders' certificates for all welders to be employed on project. K. Experience record of proposed supervisor for precast concrete erection. 1.5 QUALITY ASSURANCE A. Definition: "Engineer" in this Section shall mean Structural Engineer of Record. B. Work shall conform to requirements of ACI 318, CRSI MSP, PCI MNL 116, PCI MNL 120, PCI MNL 122, and PCI MNL 129, except where more stringent requirements are shown on Drawings or specified in this Section. STRUCTURAL PRECAST CONCRETE-PLANT CAST 03410-2 r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 C. Welders and welding procedures shall conform to requirements of AWS D1.1 and AWS D1.4. Except where shown on Drawings, welding prohibited unless approved in writing by Engineer. D. Manufacturer Qualifications: 1. All precast concrete work shall be done by firm which has demonstrated capability, subject to Engineer's approval, to produce and erect type of Work specified. Precast concrete supplier shall have sufficient production capacity to prroduce, transport, and deliver required PP pieces without causing delay in Work. 2. Precast concrete supplier shall have on staff or retain qualified Professional Engineer, registered in Illinois, to certify precast concrete as fabricated conforms to requirements of Po' ACI 318. 3. Precast concrete supplier shall be certified by Prestressed Concrete Institute Plant Certification Program before bidding. PP E. Concrete Testing: 1. Perform and pay for compression tests for all precast concrete work. Testing is subject to observation by Testing Agency hired by Owner, Use certified test equipment. Unless otherwise specified, conform with PCI MNL 116. 2. Precast Structural Concrete Testing: Sample, test and report concrete in accordance with PCI MNL 116, with following exceptions: a. Placement is defined as 50 cu yd (or fraction thereof) placed for each day of production. b. Make six cylinders per placement: three at beginning (labeled "A") and three at end of placement(labeled "B"). c. Only one "A" and one "B" cylinder made for each placement need be cured per MNL 116. Test these cylinders to verify concrete compressive strength at transfer of prestress. d. Other cylinders may be moist cured and tested at 28 days to verify design compressive strength of concrete. e. Discard remaining cylinders after 56 days upon acceptance in writing of Engineer. IP' F. Precaster shall provide casting schedule to Engineer with first shop drawing submittal. Precaster shall notify Engineer 48 hours in advance of casting of each piece type so that Engineer may review reinforcement fabrication at precaster's plant before casting. Engineer may request • notification for specific piece marks. G. Testing Agency: 1. Inspect all precast concrete member bearing pad placements prior to placement of cast-in- place topping or cast-in-place washes. Report location of all bearing pads which do not meet placement tolerances of paragraph "Erection Tolerances." 2. Visually inspect all field welds. 3. Welds: Test 25% of all field fillet welds and 5% of all shop welds using magnetic particle method. One spot test per partial penetration weld using magnetic testing techniques or ultrasonic test methods. Bolted connections: Visually inspect all connections. Check proper torque with calibrated torque wrench at minimum of two bolts of every connection. 4. Report location of all conditions which do not conform to contract requirements. STRUCTURAL PRECAST CONCRETE- PLANT CAST 03410- 3 PP I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS t RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1.6 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO): 1. AASHTO, "Standard Specifications for Highway Bridges." B. American Concrete Institute (ACI): 1. ACI 318, "Building Code Requirements for Reinforced Concrete." C. American Society for Testing and Materials (ASTM): 1. ASTM A36, "Specification for Structural Steel." 2. ASTM A123, "Specification for Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip." 3. ASTM A164, "Specification for Electrodeposited Coatings of Zinc on Steel." 4. ASTM A 167, "Specification for Stainless and Heat Resistant Chromium Nickel Steel Plate, Sheets, and Strips (A304)." 5. ASTM A185, "Specification for Welded Steel Wire Fabric for Concrete Reinforcement." 6. ASTM A386, "Specification for Zinc Coating(Hot-Dip) on Assembled Steel Products." 7. ASTM A416, "Specification for Uncoated Seven-Wire Stress-Relieved Steel Strand for Prestressed Concrete." 8. ASTM A480, "Standard Specification for Stainless Steel - General Requirements." 9. ASTM A497, "Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement." 10. ASTM A615, "Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement." D. American Welding Society (AWS): 1. AWS D1.1, "Structural Welding Code-Steel." 2. AWS D1.4, "Structural Welding Code-Reinforcing Steel." 3. AWS D19.0, "Welding Zinc-Coated Steel." 4. AWS C2.2, "Recommended Practices for Metallizing with Aluminum and Zinc for Protection of Iron and Steel." E. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI MSP, "Manual of Standard Practice." F. Prestressed Concrete Institute (PCD: 1. PCI MNL 116, "Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products." 2. PCI MNL 120, "Design Handbook Precast Prestressed Concrete." 3. PCI MNL 129, "Parking Structures-Recommended Practice for Design and Construction." 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver precast concrete pieces to Project site in such quantities and at such times to assure continuity of installation. Store pieces at Project site to prevent cracking, distortion, warping, staining, or other physical damage and so that markings are visible. Lift and support pieces only at designated lifting or supporting points as shown on final accepted Shop Drawings. STRUCTURAL PRECAST CONCRETE- PLANT CAST 03410-4 r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1.8 SCHEDULING A. Manufacturing, delivery and erection schedules shall be coordinated by Contractor. B. Allow adequate time for curing of precast pieces prior to erection as required by Part 3. PART 2 -PRODUCTS 2.1 FORMWORK A. Provide forms and, where required, form facing materials of metal, plastic, wood, or another acceptable material that is nonreactive with concrete and will produce required finish surfaces. B. Accurately construct forms, mortar-tight, of sufficient strength to withstand pressures due to concrete placing operations, temperature changes, and for prestressed, pre-tensioning, and detensioning operations. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated, within fabrication tolerances specified in PCI MNL 116. C. Unless forms for plant-manufactured prestressed concrete units are stripped prior to detensioning, design forms so that stresses are not induced in precast units due to deformation of concrete under prestress or movement during detensioning. 2.2 REINFORCEMENT MATERIALS A. Non-prestressed Steel Reinforcement: 1. ASTM A615, Grade 60 B. Welded wire fabric: ASTM A185 or ASTM A497. 2.3 PRESTRESSING TENDONS A. Prestressing strand: ASTM A416: 270,000 psi minimum ultimate tensile strength, manufactured in USA. 2.4 CONCRETE MATERIALS PP A. Use Type I, II or III cement as approved in writing by Engineer. 2.5 CONNECTION MATERIALS if A. Steel Shapes: ASTM A 36. B. Finish of Steel Units: Exposed-to-view units galvanized per ASTM A 153; others painted with rust- 6,4 inhibitive primer. C. Bearing Pads: t#P 1. For type, size, thickness and location, see Drawings. 2. Hollow or solid core precast plank: Bearing strips: "Korolath," Koro Corp., Hudson, MA. STRUCTURAL PRECAST CONCRETE - PLANT CAST 03410-5 1111 a I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS 1 RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 a. Bonding Adhesives: 1) Shim to Shim: "Bostik#3050." 2) Shim to Carbon Steel: "Bostik#3050." 3) Shim to Stainless Steel: "Bostik#3050." 4) Shim to Concrete: "Bostik#7087." 3. Shims for bearing pads: Galvanized or epoxy-coated ASTM A 36 steel or HDP per paragraph above. Do not stack steel shims more than 3 high or HDP shims more than 2 high. Tack weld multiple shims together. D. Welding Electrodes: Comply with AWS standards. E. Accessories: Provide clips, hangers, and other accessories required to install project units and to support subsequent construction or finishes. F. Backer rod for grouted and sealed joints: Ethafoam rod stock. ■ G. Welding electrodes: Welding galvanized steel: E7013, E7016, or E7018. H. Galvanizing: 1. Loose plates, angles, structural steel, and assembled products: Hot Galvanized Coating, ASTM A 123. 3. Touch-up painting after erection: "Z.R.C. Cold Galvanizing Compound," Z.R.C. Chemical Products, Quincy, MA. 2.6 GROUT MATERIALS A. Nonmetallic Shrinkage-Resistant Grout: Premixed, nonmetallic, noncorrosive, nonstaining product containing selected silica sands, portland cement, shrinkage compensating agents, plasticizing and water reducing agents, complying with ASTM C 1107, Grade B, with fluid consistency and a 30- minute working time. B. Products: Subject to compliance with requirements, provide one of the following: 1. Nonmetallic Shrinkage-Resistant Grout: a. Sure Grip Grout, Dayton Superior. b. Euco N.S., Euclid Chemical Co. c. Conspec 100, Conspec Marketing&Manufacturing Co., Inc. 2.7 FABRICATION A. Fabricate precast concrete pieces in accordance with ACI 318 and MNL 116. B. Cast precast pieces in accepted forms to achieve specified finishes. C. Protect pieces from exposure to weather until strength of concrete has reached 3500 psi minimum. Do not ship precast pieces to Project site until piece can safely support superimposed dead load of other precast pieces. D. Never allow weight of stored materials placed on precast piece to exceed total design load of piece or of portion of piece loaded by stored materials. E. For protection against corrosion, coat exposed ends of prestressing strands in all prestressed pieces with Sonneborn "Hydrocide 600, 700, or 700B," or approved equivalent. STRUCTURAL PRECAST CONCRETE-PLANT CAST 03410-6 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 F. Furnish and cast in all inserts and steel shapes as shown on Drawings. G. Galvanize inserts, angles and other cast-in-steel devices exposed on surface of precast concrete where shown on Drawings. H. Permit access by Engineer, Owner, and Owner's representatives to all parts of manufacturing facility. I. Mark each piece of precast concrete for identification and date of casting recorded. Marks shall not be visible after erection and completion of Work. J. Welding: 1. Use proper preheat for welding high-strength steels. 2. Welding processes shall not reduce cross-sectional area of concrete reinforcement. pi 3. Obtain prior written authorization of Engineer for welding concrete reinforcement. 4. Conform to AWS procedures when welding galvanized steel pieces. 5. See General Notes for additional requirements. K. Manufacturing Tolerances: 1. Tolerances for manufacture and erection of precast concrete are not accumulative. 2. Tolerances for manufacture of precast concrete pieces shall be in accordance with: a. PCI Design Handbook, Fourth Edition. b. PCI MNL 116. PART 3-EXECUTION " 3.1 FABRICATION QUALITY CONTROL A. Precaster's Quality Control inspector shall inspect all pieces immediately after pieces have received final finish. :. B. Pieces shall be inspected and defects numbered on back of control tags attached to the back of each piece according to the following system: is 1. Foreign material in face. 2. Bug holes. 3. Rough or chipped edges. 4. Cold joints. 5. Form Lines. 6. Joint details. OP 7. Uniformity of finish. 8. Uniformity of retarder. 9. Finish at retarder surround. 10. Finish on return surfaces. 64. C. Precaster's finishers shall correct defects in precaster's plant or yard. As defects corrected, finishers shall write an "f" next to the corresponding defect number on the back of the piece 111" control tag. STRUCTURAL PRECAST CONCRETE- PLANT CAST 03410-7 OP 1 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 D. As pieces loaded for shipment,precaster's Quality Control inspector shall reinspect pieces to verify completion of corrections and place and "x" after the letter "f" for each item verified and initial the piece for final approval. Pieces with uncorrected defects shall not be shipped. 3.2 INSPECTION A. Inspect surfaces to receive precast concrete Work. B. Report immediately in writing to Engineer any deficiencies in Work which render it unsuitable to receive precast concrete pieces. C. Do not proceed with Work until deficiencies have been corrected. 3.3 ERECTION A. Erection of precast concrete Work shall be performed by workers skilled in this type of Work under direction of supervisor having at least five years of experience in similar Work and approved by Engineer. If superintendent or erector fails to adequately perform, superintendent may be dismissed. B. Lift pieces with suitable equipment at lifting points provided by manufacturer. C. Temporary shoring and bracing, if required, shall comply with manufacturer's recommendations. D. Set each piece in position to which assigned on erection drawings, carefully plumbing, leveling, and anchoring securely in place. E. Temporarily guy and brace erected structure in accordance with erection plan. F. Perform all field welding using currently AWS certified welders and equipment suitable for base material. G. Assure proper placement of all bearing and spacer pads to precast concrete pieces. No less than 10 working days after erection is complete, provide notarized statement to Engineer certifying all pads are properly placed. H. Erection Tolerances: 1. Erect precast concrete pieces to tolerances indicated in PCI Design Handbook, Fourth Edition. I. Welding galvanized steel: either grind off galvanizing before welding with conventional E70 electrodes OR do not grind and use E7013, E7016, or E7018 electrodes. J. Touch-up all damaged galvanized surfaces with "Z.R.C. Cold Galvanizing Compound" to minimum dry film thickness of 8 mils. 3.4 FIELD QUALITY CONTROL A. As pieces arrive at jobsite, General Contractor's Quality Control inspector shall check the production control tag for each piece to verify that the piece is complete and correct. STRUCTURAL PRECAST CONCRETE-PLANT CAST 03410- 8 1." PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 B. Any defective Work which cannot be repaired to satisfaction of Engineer, whether found at site or at shop at any time before completion and acceptance of Project, will be rejected regardless of previous reviews and shall be remade or reconstructed to satisfaction of Engineer. However, finishes accepted at shop will not be rejected at site. C. Improperly located bearing pads will not be accepted by Engineer and shall be relocated or modified at expense of Contractor. D. Performance Requirements: 1. Conduct inspections, perform testing, and make repairs or replace unsatisfactory precast pieces as required. P 2. Limitations as to amount of patching which will be permitted is subject to acceptance of Engineer. 3. In-place precast pieces may be rejected for any one of following: a. Exceeding specified installation tolerances. b. Damaged during construction operations. c. Exposed-to-view surfaces which develop surface finish deficiencies. d. Other defects as listed in PCI MNL-116. E. Welds are subject to inspection and testing by Testing Agency. As minimum, following testing shall be performed: 1. Welds: Visually inspect all welds. a. All other welds: Test 25% of all field fillet welds and 5% of all shop welds. F. Testing Agency has authority to reject materials, welds, and connections not meeting Specifications. Pig 3.5 CLEAN UP A. At completion of Work or at such times as directed by Engineer, remove all rejected and surplus material, rubbish or apparatus from premises and deliver Work to Engineer's satisfaction. END OF SECTION 03410 •t, IP is* STRUCTURAL PRECAST CONCRETE - PLANT CAST 03410- 9 PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 07115 -WATERPROOFING MEMBRANE SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes the provision of all labor, materials, supervision and incidentals necessary for single installer to be responsible for providing complete waterproofing membrane system designed to prevent moisture intrusion. B. Materials shall be compatible with materials of related Work With which they come into contact, and with materials covered by this Section. C. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 3 Section " Structural Precast Concrete-Plant Cast." 1.3 QUALITY ASSURANCE A. Testing Agency: Independent testing laboratory employedl,by Owner and approved by Engineer. B. General: 1. One month before construction, provide written certification by system manufacturer to Engineer that system installer is approved applicatoir. 2. All Work under this Section shall be performed by organizations that have successfully performed at least 5 verifiable years of installations similar to those involved in this contract. System installer shall submit listing of 5 or more prior installations in climate similar to that for this project. 3. Final selection of installer shall be subject to acceptance of Engineer. 4. All Work shall be under immediate control of person experienced in this type of work. Exercise close check and rigid control of all operations as necessary for full compliance with all requirements. Contractor's superintendent assigjned to this Project shall have supervised 3 prior projects of similar magnitude and design, and shall be present during all operations. Superintendent shall be approved by Engineer. Superintendent's failure to ensure full compliance with Specification will result in removal. C. Waterproofing System: 1.4 1. Manufacturer: Provide complete system of compatible materials designed to produce waterproof system. 2. Manufacturer: review existing conditions and confirm in writing to Engineer that existing receiving surfaces are acceptable for system to be installed. ro WATERPROOFING MEMBRANE SYSTEM 07115 - 1 I i PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS ' RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 1 3. Upon request, furnish additional samples to Engineer as system is installed. Designate lot and batch number from which each sample is taken and identify area where sampled batch is applied. AU samples may be sent to Testing Agency for comparison with original sample to verify material installed on Project is same as that submitted initially by manufacturer as standard. 1.4 SUBMITTALS A. Make submittals in accordance with requirements of Division 1 and as specified in this Section. B. General: 111 1. Contractor's experience record for past three years. 2. Superintendent's qualifications. 3. Evidence of applicator's being licensed by manufacturer. 4. Submit reviewed Shop Drawings to those responsible for installing other related work at least 2 weeks prior to start of work. C. Waterproofing Membrane System: 1. Submit proposed method of preparation of receiving surfaces. 2. Also submit Shop Drawings detailing installation procedures at penetrations, expansion joints, horizontal-vertical intersections, drains and flashings. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver all materials to site in original containers, bearing following information: 1. Name of product. 2. Name of manufacturer. 3. Date of preparation. 4. Lot or batch number. 5. Shelf life. B. Store materials under cover and protect from weather. Replace packages or materials showing any signs of damage with new material at no additional cost to Owner. C. At no time shall weight of stored material being placed on slab area exceed total design load of that slab area. 1.6 MANUFACTURER'S GUARANTEE A. Article "Delivery, Storage and Handling" applies to all materials covered in this Section. B. System Manufacturer: Furnish Owner with written total responsibility guarantee that waterproofing system will be free of defects, water penetration and chemical damage related to system design, workmanship or material deficiency: 1. Any adhesive or cohesive failure. 2. Membrane material failures. 111 WATERPROOFING MEMBRANE SYSTEM 07115 -2 I r I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 3. Lap splice failure. 4. Delamination. 5. Blistering. 6. Slippage. _ C. If material surface shows any of defects listed above, supply labor and material to repair all defective areas. D. Guarantee period shall be 5 years for waterproofing membrane material commencing from date of acceptance of Work. PPP E. Perform any repair to material and waterproofing system under this guarantee at no cost to Owner. kw F. Prior to construction,provide Engineer with sample of final guarantee. Guarantee shall be provided by manufacturer. G. State in Bid additional cost, if any, of providing 15 year guarantee for waterproofing system. k. PART 2-PRODUCTS 2.1 MATERIALS • '" A. Waterproofing Membrane: 1. Waterproofing membrane shall consist of composites self-sealing elastomeric sheet membrane fully adhered to substrate. 2. Acceptable manufacturers and systems: a. W.R. Grace&Co. "Bituthene 3000 Series" membrane - Sidewalk&Landscape Area. b. W.R. Grace&Co. "Bituthene 5000 Series" Membrane-Asphalt Areas. 3. Maximum membrane sheet size shall be used to minimize field-spliced lap seams. B. Protection Board: Under Landscape and Sidewalk Areas. 1. Protection board shall be 1/8" semi-rigid board supplied in 4 ft. X 8 ft. Panels, comprised of an inorganic mineral fortified core of stabilized asphalt between layer of asphalt saturated liner and glass mat weather coated liner with bond breaking film. 2. Acceptable material: PC-2 by W. R. Meadows, Inc., Elgin, IL or Engineer accepted equivalent. lig PART 3 -EXECUTION 3.1 INSPECTION A. General: 1. Inspect surfaces to receive Work and report immediately in writing to Engineer any deficiencies in surface which render it unsuitable for proper execution of Work. 2. Coordinate and verify that related Work meets following requirements: a. Receiving surfaces are acceptable for system to be installed. WATERPROOFING MEMBRANE SYSTEM 07115 - 3 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENTS RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 ' 3. Acid etching prohibited. 4. All joint sealant material used to seal cracks in concrete surface shall be properly cured prior to application of waterproofing system. I 3.2 PREPARATION A. Prior to installation of waterproofing membrane system, area where Work is to be performed shall be barricaded properly by Contractor to prevent unauthorized personnel and pedestrian traffic from crossing prepared surface. B. Verify that all materials of waterproofing system are compatible with structural concrete surface or those materials used in repair or sealing of structural concrete deck. C. Existing surface to receive new waterproofing membrane system shall be dry and cleaned of dirt, loose material, grease, oil, or other substances that could affect adhesion of new waterproofing system. 3.3 INSTALLATION/APPLICATION 1 A. General: 1. Do all work in strict accordance with manufacturer's written instructions and specifications including,but not limited to, moisture content of substrate, atmospheric conditions (including relative humidity and temperature), coverages, mil thickness and texture, and as shown on Drawings. B. Membrane Waterproofing: 1. Submit manufacturer's recommended primer application rates in writing prior to start of waterproofing membrane application. 2. Stressing or stretching of sheet membrane beyond normal application procedures prohibited; otherwise, conform sheet to substrate contour by cutting and seaming. 3. All edges of sheet membrane shall be sealed. I 4. Membrane shall not be repositioned after contact adhesion is made. 5. All fishmouths shall be cut, re-adhered and patched according to acceptable manufacturer's repair procedures. I 6. Membrane waterproofing shall be kept free of equipment or foot traffic which could damage or puncture newly applied membrane surface; protection measures shall be used for member load distribution. 7. Sheet membrane waterproofing shall not be applied in wet weather, or when temperature is below 40 degrees F. Consult manufacturer for special procedures at lower temperatures. I END OF SECTION 07115 I WATERPROOFING MEMBRANE SYSTEM 07115 -4 1 I r PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 SECTION 09912-PAVEMENT MARKING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY r A. This Section includes all labor, equipment and services to paint following items of types, patterns, sizes and colors: 1. Parking Stripes. 2. Traffic Arrows. 3. Accessibility International Symbol. B. Related Work: 1. Pavement Marking Contractor shall verify compatibility with sealers, joint sealants, caulking and all other surface treatments as specified in Division 7. 1.3 SUBMITTALS A. Provide paint specifications data indicating: 1. Use of paint. 2. Pigment type and content. 3. Vehicle type and content. 4. Acceptance date, by state, Federal and/or local authorities. B. Provide certification that paint supplied meets or exceeds requirements of 2.01.A below. C. If material has not been pre-approved in Section 2.1.C, i:Irovide list of similar projects (minimum 1111 of 5) where paint has been in use for period of not less than two years. PART 2-PRODUCTS SW 2.1 MATERIALS A. Paint shall meet performance requirements of Federal Specifications TT-P-115F, Type I, classification. Paint shall be manufactured and formulated from first grade raw materials and shall be free from an defects or imperfections that might adversely affect serviceability of product. 16. B. Color of paint shall be white and daylight directional reflectance (without glass beads) shall not be less that 82% when tested in accordance with Federal 'rest Method Standard 141a, Method 6121. 161. �"" PAVEMENT MARKING 09912 - 1 I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 C. Following products have been pre-approved for this project: 1. "G2-408 Heavy White Traffic Paints," RAE Products& Chemical Corporation, 10926 S. Western Avenue, Chicago, IL 60643, Phone (312) 770-3360. 2. "Pro-Mar Traffic Marking Paint B29 WI White," Sherwin-Williams Corporation, 101 Prospect Avenue, Cleveland, OH 44115, Phone (800) 321-8194. 3. "Traffic Line Paints No. 381.00 White," Fuller 0-Brien, 2001 W. Washington, South Bend, IN 46624, Phone(800) 368-2068. 4. "Traffic I irk 44201 White," Devoe&Reynolds Company, 4000 DuPont Circle, Louisville, KY 40707, Phone (502) 897-9861. D Accessibility International Symbol character to follow proportions in ANSI A117.1-1986. PART 3 -EXECUTION 1 3.1 EXANIINATION A. Inspect surfaces to which paint will be applied and report immediately in writing to Engineer as required in General Conditions any conditions detrimental to proper execution of this Work. B. Do not proceed until unsatisfactory conditions are acceptably remedied. C. Striping chap not be placed until full cure of concrete sealer (generally, 14 days @ 70 degrees or higher) or bituminous (generally, 30 days @ 45 degrees or higher) has been obtained. 3.2 PREPARATION A. Before commencing work, make certain that Work to be painted is in proper condition to receive I painting materials, that surfaces are clean, dry, smooth, and at proper temperature as recommended by paint manufacturer. B. Do not paint or finish any surface which is wet or damp. C. Clean all surfaces free of adhering foreign matter, dirt and dust. D. Lay out all striping on each tier, using dimension strings shown on plans, before painting that tier. Report any discrepancies, interferences or changes in striping due to field conditions to Engineer prior to painting. Paint Contractor shall be required to remove paint, repair surface treatment and repaint stripes not applied in strict accordance with plans. E. Work Areas: 1. Store, mix and prepare paints only in areas designated by Contractor for that purpose. 2. Provide clean cans and buckets required for mixing paints and for receiving rags and other waste materials associated with painting. Clean buckets regularly. At close of each day's Work remove used rags and other waste materials associated with painting. 3. Take precautions to prevent fire in or around painting materials. Provide and maintain hand fire extinguisher near paint storage and mixing area. • F. Mixing: 1. Do not intermix materials of different character or different manufacturer. 2. Do not thin material except as recommended by manufacturer. PAVEMENT MARKING 09912 -2 • I I PLANK REPLACEMENT FOR CONSTRUCTION DOCUMENT RIVERSIDE DECK PARKING AREA JULY, 1996 WALKER PROJECT NO. 31-5297.00 3.3 APPLICATION A. Apply paint with minimum wet thickness of 12 mils. B. Apply painting and finishing materials in accordance with manufacturer's directions. Use applications and techniques best suited for material and surfaces to which applied. C. All lines shall be straight, true, and sharp. Corners shall be at right angles, unless shown otherwise, with no overlaps. Line width shall be uniform. END OF SECTION 09912 r L r r r P r PAVEMENT MARKING 09912 - 3 P